Navigate the lattice: hubs for browsing, trends for pricing signals.
SOURCES SOUGHT SYNOPSIS / REQUEST FOR INFORMATION
U.S. ARMY CORPS OF ENGINEERS
SAN FRANCISCO DISTRICT
**THIS IS A SOURCES SOUGHT SYNOPSIS / REQUEST FOR INFORMATION (RFI). THIS RFI IS RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 15.201 FOR MARKET RESEARCH PURPOSES ONLY. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSALS (RFP) AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO SEEK PROPOSALS OR AWARD A CONTRACT AT THIS TIME. **
This is a Sources Sought Synopsis. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursements will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. Responses to this Sources Sought Synopsis will be used by the Government to make appropriate acquisition planning decisions. The type of set-aside decisions to be issued will depend upon the responses to this Sources Sought Synopsis.
Based on the responses to this Sources Sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
The United States Army Corps of Engineers (USACE), San Francisco District (SPN) plans to procure A-E Environmental and Planning IDC/IDIQ in accordance with Public Law 92-582 (Brooks Act), FAR 36.6 and the Engineering Pamphlet (EP) 715-1-7. Services to be performed under this contract are required to support Civil Works activities and will consist of, but are not limited to:
• The preparation of National Environmental Policy Act (NEPA) documents and all associated environmental compliance, turnkey civil works feasibility reports, feasibility-level design documentation, and any associated infrastructure planning supporting studies or deliverables for U.S. Army Corps of Engineers (USACE) water resource projects as well as for Interagency and International Support (IIS) projects.
• Services may include environmental and planning disciplines, as well as engineering support services, for all or portions of studies and projects and extend across all business lines including ecosystem restoration, flood risk management, coastal storm risk management, navigation, shoreline protection, water supply and management, water treatment or transmission, watershed planning, and operations and maintenance. Services should be developed in accordance with USACE’s Engineering Regulation (ER)-1105-2-100, ER- 200-2-2, and other pertinent USACE policies and regulations. For example, the A-E may be asked to:
o Perform planning and economics services including leading an interdisciplinary team through the planning process and development of a planning study, associated study report, and any supporting deliverables.
o Prepare NEPA documents and all associated resource surveys, analyses, and environmental compliance for water resource projects, studies, and actions;
o Develop, perform, and prepare aquatic or terrestrial sediment suitability sampling and analysis and associated sediment suitability and management reports;
o Provide engineering services to support planning studies, preparation of cost estimates, and project construction, including designing and estimating costs of natural and nature-based features (i.e., Engineering with Nature); and
o Develop and execute strategiccommunity engagement approaches; public involvement plans; facilitation services; and associated communication deliverables.
The A-E should be able to perform the following environmental services in compliance with USACE, federal and state agency policies and regulations where studies and projects are located:
• Prepare draft and final NEPA documents (e.g., Environmental Impact Statement, Environmental Assessment, Categorical Exclusion) and joint NEPA and equivalent state act documents (e.g. joint NEPA/California Environmental Quality Act documents).
• Inventory, forecast, and analyze all environmental resources in a study area including physical, biological, and human resources. Identify describe effects of proposed alternatives on such resources; develop avoidance, minimization, and mitigation measures to address effects.
• Execute biological and habitat surveys, wetland delineations, and impact analyses (including written documentation; mapping/GIS; and modeling). Prepare Biological Assessments, Essential Fish Habitat analyses, and Incidental Harassment Authorization analyses for consultation under the Endangered Species Act, Magnuson-Stevens Fishery Conservation and Management Act, Marine Mammal Protection Act.
• Prepare ecosystem restoration measures and design concepts, and monitoring and adaptive management plans for restoration and mitigation features. Prepare environmental resource monitoring plans, conduct monitoring, and prepare associated reporting deliverables (written documentation and mapping).
• Plan, conduct, and prepare cultural and historic resource studies; cultural and archaeological surveys; resource evaluations; consultation documents for State Historic Preservation Office (SHPO) and tribal consultations. Provide engagement services for consultation with tribes.
• Perform air pollutant emission inventories, quantifications, and dispersion models; develop federal Clean Air Act Conformity Applicability Assessments or General Conformity Analyses; or other air quality assessments under applicable statutes.
• Prepare analyses, applications, and coordination to obtain environmental compliance such as Clean Water Act Section 401 Water Quality Certification; Clean Water Act Section 404(b)(1) and Rivers and Harbors Act Analyses; Coastal Zone Management Act (CZMA) Consistency Determinations; Marine Protection, Research and Sanctuaries Act analyses; and for obtaining other permits approvals, such as applicable state, regional and local laws.
• Develop sediment suitability sampling and analysis plans; conduct sediment sampling and testing; and produce related sampling and analysis reports/compliance or management plans for navigation projects (aquatic sediments) as well as for terrestrial sediments.
• Prepare environmental technical appendices for planning and project reports.
• Prepare historical watershed assessments (using historical landscape data to understand the watershed context).
The A-E should be able to perform the following planning and economic services:
• Coordinate, advise, and/or lead an interdisciplinary team through USACE’s Specific, Measurable, Attainable, Risk Informed, Timely [SMART] planning or other comparable planning process. Identify problems, opportunities, constraints; formulate measures and alternative plans (inclusive of natural and nature-based features; process-based landscape scale interventions; opportunities for beneficial reuse of sediment, etc.); inventory, forecast, and analyze future without- and with-project conditions; evaluate and compare alternative plans.
• Establish qualitative and quantitative project outputs (monetary and non-monetary benefits) and cost estimates to implement alternative plans. Conduct or support benefit-cost and incremental cost analyses using Institute for Water Resources (IWR) Planning Suite Software or other professionally accepted analysis tools. Identify National Economic Development and/or National Ecosystem Restoration and/or total net (comprehensive) benefit plans for water resources projects.
• Evaluate plans metrics including regional economic development, environmental quality, and other social effects. Identify all potentially affected communities and analyze impacts or benefits of plans on such communities.
• Perform economic studies for flood and coastal storm risk management and other business lines including land use inventory data collection for modeling inundation damages using USACE approved models (such as Hydrologic Engineering Center Flood Damage Analysis (HEC-FDA) model, HEC- Flood Impact Analysis (HEC-FIA) model).
• Produce draft and final planning report documents (e.g. Integrated Feasibility Reports, Post-Authorization Decision Documents, Dredge Material Management Plans; Federal Interest Determinations)
• Provide technical editing services for reports, plans, presentations, and other products.
• Develop and execute outreach and stakeholder engagement services associated with water resource studies. Prepare and implement public involvement and communication plans, co-planning, consensus building strategies, and identification and engagement of communities.
• Provide facilitation and communication services including leading in-person or virtual meetings and preparing deliverables (presentations, visuals, mapping) that are accessible (e.g. by providing multi-lingual translators, sign language interpreters, or other accessible features as appropriate; providing ADA Section 508 compliant documentation; conducting webinar technology and promotion in accessible ways).
The A-E should be able to perform the following Engineering services:
• Develop and prepare designs, design documentation, cost estimates, and related engineering technical appendices for natural and nature-based measures (e.g., beneficial-reuse of dredged materials, horizontal levees, levee setback and floodplain restoration, living breakwaters, etc.) and natural process-based interventions; structural measures (e.g., levees, channel modification, detention basins, pump stations, etc.); and non-structural measures (e.g., flood proofing, raising in place, etc.).
• Prepare plans and/or specifications for project construction.
• Prepare cost estimates using MCACES MII.
• Execute and prepare documentation of hazardous, toxic, radiological waste (HTRW) phase I or phase II site assessments for civil works studies and projects.
• Prepare groundwater characterization and monitoring plans.
• Prepare spatial data and analyses using geographic information systems (GIS) using ESRI or other industry standard GIS software and Computer-Aided Design and Drafting (CADD) using Microstation or other industry standard CADD tools (includes generating Aerial Photography, Topographic/ Bathymetric Surveying and Mapping, database development, preparation of contract drawings; CADD Drafting).
The services can be used for projects within the US Army Corps of Engineers South Pacific Division boundaries, to include the states of CA, NV, UT, AZ, and NM, and portions of OR, ID, CO, and WY. The Government will not provide any direct supervision of A-E employees.
The contract(s) will include a base period, not-to-exceed (NTE) three (3) years and one (1) options NTE two (2) years, for a total contract performance NTE five (5) years. The total combined contract capacity for the contract(s) will not exceed an estimated $20,000,000.00.
The North American Industrial Classification System (NAICS) code is for this acquisition is 541330, which has a small business size standard of $25,500,000 in average annual receipts and corresponds to Standard Industrial Code (SIC) 8711. The Product and Service Code (PSC) is C219.
Anticipated solicitation issuance dates are around the end of June 2026. The official Synopsis citing the solicitation number will be issued on https://sam.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued.
SUBMISSION REQUIREMENTS FOR SOURCES SOUGHT
Interested statements shall be limited to five pages and shall include the following information:
1. Firm's name, address, point of contact, phone number, and email address.
2. CAGE Code and UEI Number.
3. Firm’s statement of capability to perform a contract of this magnitude and complexity (include firm's capability to execute A-E services with a similar scope, comparable work performed within the past 5 years, brief description of the project, customer name, timeliness of performance, customer satisfaction and dollar value of the project). Provide at least 3 examples. SF330s SHALL NOT be submitted in response to this Sources Sought announcement.
4. Firm's Business Size
5. Firm's Joint Venture (existing), including Mentor Protégés and teaming arrangement information is acceptable. Submission of interest to this sources sought announcement is not a prerequisite to any potential future offerings, but participation will assist the San Francisco District in identifying sources with required capabilities. Firms responding to this Sources Sought announcement, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this announcement.
Interested firms shall respond to this Sources Sought Synopsis no later than 1 pm Pacific Standard Time (PST) on March 6, 2026 All interested firms must be registered in SAM.gov to be eligible for award of Government contracts. Email your response to Logan Champlin (logan.r.champlin@usace.army.mil) and Nairi Freeman (Nairi.Freeman@usace.army.mil)
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.