Skip to content
General Services Administration

Best Available Science Review - Market Research

Solicitation: 47QACA26S0010
Notice ID: f325a3e32ef74c35964709b740d00423
TypeSources SoughtNAICS 541690Set-AsideNONEDepartmentGeneral Services AdministrationAgencyFederal Acquisition ServiceStateLAPostedFeb 25, 2026, 12:00 AM UTCDueMar 05, 2026, 09:00 PM UTCCloses in 8 days

Sources Sought from FEDERAL ACQUISITION SERVICE • GENERAL SERVICES ADMINISTRATION. Place of performance: LA. Response deadline: Mar 05, 2026. Industry: NAICS 541690.

Market snapshot

Awarded-market signal for NAICS 541690 (last 12 months), benchmarked to sector 54.

12-month awarded value
$12,591,186
Sector total $5,796,850,101,580 • Share 0.0%
Live
Median
$913,222
P10–P90
$50,781$3,500,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($12,591,186)
Deal sizing
$913,222 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for LA
Live POP
Place of performance
New Orleans, Louisiana • 70130 United States
State: LA
Contracting office
Washington, DC • 20405 USA

Point of Contact

Name
Jen Souza
Email
jennifer.souza@gsa.gov
Phone
318.207.8772
Name
Erika Wilburn-Campbell
Email
erika.wilburn-campbell@gsa.gov
Phone
Not available

Agency & Office

Department
GENERAL SERVICES ADMINISTRATION
Agency
FEDERAL ACQUISITION SERVICE
Subagency
OFFICE OF CENTRALIZED ACQUISITION SERVICES
Office
Not available
Contracting Office Address
Washington, DC
20405 USA

More in NAICS 541690

Description

This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal or Quotation. It is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided.

 Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: 

  1. Determine if sources capable of satisfying the agency's requirements exist. 
  2. Determine whether the acquisition should utilize any of the small business programs in accordance with FAR Part 19. 
  3. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. 

The purpose of this Sources Sought Notice is for the Office of Centralized Acquisition Services (OCAS) in General Services Administration (GSA)  Federal Acquisition Service (FAS), to find capable vendors to support the Gulf Coast Ecosystem Restoration Council (GCERC), capable of providing for ecosystem restoration-based science support services, including the review and assessment of whether RESTORE Act Council-Selected Restoration Component and Spill Impact Component applications for natural resource protection and restoration projects are reasonably based on best available science. 

VENDORS MUST REVIEW THE ENTIRE REQUIREMENT AND SHALL ONLY RESPOND IF FULLY CAPABLE OF SATISFYING ALL ASPECTS OF THE REQUIREMENT. 

This is a Sources Sought Notice for market research purposes, and not a solicitation. 

  1. SCOPE 

The objective of this requirement is for contractual services for science reviews on an as needed basis. The contractor is required to utilize subject matter experts from nonprofits, Gulf centers of excellence, and academia to independently review and assess whether Council-Selected Restoration Component and Spill Impact Component applications for ecosystem and economic restoration projects and programs proposed in the future are reasonably based on best available science. The contractor shall in no way modify the assessments or put pressure on the reviewers that could compromise the quality of the review.  

The main function of the contractor will be to help select reviewers, provide standardized context and guidance to reviewers, and administer funds to compensate the reviewers; it is preferred that few, if any, reviews be done by contractor staff. The use of “best available science” for these types of projects is required by the RESTORE Act and is defined by the Act as: 

“…science that— 

  1. maximizes the quality, objectivity, and integrity of information, including statistical information; 
  2. uses peer-reviewed and publicly available data; and 
  3. clearly documents and communicates risks and uncertainties in the scientific basis for such projects” 

The assessment must adhere to this definition and reflect an understanding of the relevant science underpinning the proposed projects. 

Proposed projects requiring best available science review may include, from eligible activities in the RESTORE Act, those involving: 

  • Restoration and protection of the natural resources, ecosystems, fisheries, marine and wildlife habitats, beaches and coastal wetlands of the Gulf Coast region 
  • Mitigation of damage to fish, wildlife, and natural resources 
  • Implementation of a federally approved marine, coastal, or comprehensive conservation management plan, including fisheries monitoring 
  • Improvements to or on State parks located in coastal areas affected by the Deepwater Horizon oil spill 
  • Infrastructure projects benefiting ecological resources, including port infrastructure 
  • Coastal flood protection and related infrastructure 

This contract will cover the following types of best available science reviews: 

  • The review of project and program proposals associated with the development of a new Funded Priorities List (approximately 15-20 every 4 years) 
  • The review of novel/non-conventional techniques associated with project or program funding applications. (approximately 0-5 each year on an as needed basis) 

The best available science review may require assessment of the reasonableness of technical information provided in applications for novel/non-conventional, or complex, large-scale projects and programs, as well as knowledge and understanding of large-scale restoration planning and how projects and programs support implementation of such plans.  This includes the review and assessment of whether RESTORE Act Council-Selected Restoration Component and Spill Impact Component applications for natural resource protection and restoration projects are reasonably based on best available science.  

GCERC also needs science support for the potential review and assessment of the reasonableness of technical information provided in applications for complex, large-scale projects and programs. Science support would include access to professionals from nonprofits, Gulf centers of excellence, and academia with knowledge and understanding of large-scale restoration planning and how projects and programs support implementation of such plans; and decision-support capabilities to develop tools and databases for large-scale restoration. 

  1. ANTICIPATED PERIOD OF PERFORMANCE 

The overall period of performance will be sixty months, consisting of one twelve-month base year and four twelve-month option years. year and four twelve-month option years.

  1. ADDITIONAL DETAILS 

NO SOLICITATION IS AVAILABLE. A request for more information, or a copy of the solicitation, will not be considered an affirmative response to this Sources Sought Notice. Telephone responses or inquiries to this Sources Sought Notice will NOT be accepted. 

Questions about this Sources Sought Notice will not be entertained, as a vendor pool is all that is being sought at this time. Questions and Answers will be fielded during the Request for Quote (RFQ) period in the future. Quotations will not be accepted at this time. 

IV. QUALIFIED CONTRACTORS MUST PROVIDE AND REVIEW THE FOLLOWING GUIDELINES 

  • The name and location of your company, contact information, and identify your business size and socioeconomic category. Please ensure contact information includes the name of the point of contact, email address, and telephone number should the Government have questions regarding individual responses. 
  • The GSA Federal Supply Schedule also known as the Multiple Award Schedule (MAS) contract or other contract vehicle your services are available through, including schedule/GWACs, MACs, contract number, NAICS Codes, and applicable SIN.  
  • Submissions should include sufficient evidence clearly demonstrating a vendor’s capability. Responding vendors shall provide a general capabilities statement that includes a description of their standard line(s) of business, information outlining their experience, along with a technical narrative addressing each specified requirement in the attached Performance Work Statement (PWS). 
  • Interested parties need to be registered in the System for Award Management (SAM).  Failure to submit sufficient detailed information may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriate for this requirement. 
  • Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. 
  • After a review of the responses received from this notice, a pre-solicitation notice and solicitation may be published on the Governmentwide Point of Entry (GPE). It is the potential offeror's responsibility to monitor the GPE for release of any future solicitation that may result from this Sources Sought Notice. Responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation. 
  • This notice does not restrict the Government to an ultimate acquisition approach. All firms responding to this notice are advised that their response is not a request that will be considered for contract award. All interested parties will be required to respond to any resultant solicitation separately from their response to this notice, should one be issued.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

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.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.