Navigate the lattice: hubs for browsing, trends for pricing signals.
This Sources Sought is for market research purposes only – it is not a Request for Proposal, Request for Quote, or Invitation for Bid. There is no commitment by the Government to issue a solicitation, make awards, or pay for respondent's expenditures made in response to this notice. Interested vendors are responsible for monitoring this notice for any subsequent changes. All submissions become government property and will not be returned. The purpose of this notice is to afford industry the opportunity to submit company profiles with capability statements, provide acquisition strategy feedback, and express interest in the potential procurement.
The U.S. Army Corps of Engineers (USACE) Europe District is planning a requirement for a new environmental Architect-Engineering (A-E) multiple-award task-order contract (MATOC). This MATOC will be a follow-on to the current Bavaria A-E MATOC (contract numbers W912GB21D0050 – 0053), though will have a larger area of responsibility. Work will be performed within the US EUCOM area of operation, which will consist of locations primarily in Bavaria (i.e. Grafenwöhr, Vilseck, Hohenfels, Freihoelser Forst, Amberg, Garmisch, and surrounding communities) and those associated with the Compliance Cleanup program in Ansbach, BENELUX, Rhineland-Pflaz, and Wiesbaden; work may be required in other locations in Germany as well. This new MATOC will have a $30,000,000 ordering capacity. USACE anticipates issuing awards in September of 2026.
PROJECT DESCRIPTION
The purpose of this procurement is to provide professional and non-professional environmental engineering services to USACE to support the execution of various U.S. military and environmental programs. Services will be called to support the development of the military installations by providing various environmental data needed for the design, planning, and permitting process of construction projects.
CAPABILITIES STATEMENT
Vendors interested in this potential procurement should submit a brief capabilities statement as one PDF. The capabilities statement shall include the following:
1. Company name, address, point of contact, phone number, and e-mail address. Include Commercial and Government Entity (CAGE) code and Unique Entity Identifier (UEI) number from the company’s System for Award Management (SAM) registration.
2. A completed Experience/Capability Worksheet along with a brief description demonstrating experience with similar construction projects performed within the past ten years in any of the following areas that may be required for the project. Describe if work was performed as a prime or subcontractor, the location (name of city and country), and value in U.S. dollars.
c.) Design for sanitary landfill rehabilitation projects and construction supervision
d.) Erosion control design and studies
e.) Natural and cultural resource studies in support of construction projects (planning, permitting)
f.) Demolition design, including destructive testing and analysis
g.) Construction supervision and evaluation of excavation methods and related contaminated soil disposal management
h.) Asbestos surveys and abatement design (sampling and analysis for lung-penetrating fibers in building insulation materials, including removal design)
i.) Geographic Information Systems (GIS): development and update of data layers in support of construction projects and installation planning
j.) Design of projects for repair, rehabilitation, maintenance, or new construction
k.) Engineering and feasibility studies for real property
l.) Site investigations and surveys related to real property
m.) Structural investigations related to real property
n.) Construction supervision and inspection
3. Information on any constraints that USACE should be aware of to assist in acquisition planning and contract execution.
Please email capabilities statement to the following, referencing W912GB26X1B5H in the subject line of the email:
Rosemarie Rollins Contract Specialist at Rosemarie.E.Rollins@usace.army.mil
Ryan Fernandez, Contracting Officer at RyanDale.R.Fernandez@usace.army.mil
Interested parties are invited to submit a response to this Sources Sought Notice no later than 11:00 HRS CEST 16 February 2026. Submissions will be shared with the Government project delivery team but will otherwise be held in strict confidence. No feedback will be provided to respondents regarding their submissions. If you have any questions, contact Rosemarie Rollins and Ryan Fernandez by email.
Note: Any solicitation issued resulting from this notice will be in a separate announcement. A company must be registered and active in SAM to be considered for contract award. Further instructions and information can be found at https://sam.gov/content/entity-registration.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 541330 (last 12 months), benchmarked to sector 54.