AI helper
This is a sources sought notice for market research to identify potential qualified small businesses (including HUBZone, 8(a), Service Disabled Veteran Owned, and Women Owned Small Business) for an Indefinite Delivery Indefinite Quantity (IDIQ) procurement. The U. S. Army Corps of Engineers, Mobile District, anticipates acquiring services to support their Builder SMS QA program. Required services include planning, supervision, labor, subcontracts, and travel for quality assurance through on-site analysis of facilities and data within the Builder SMS database. This will support implementation across various Department of Defense (DoD) Army agencies, as well as other military, civil, and federal agencies throughout CONUS and OCONUS. The anticipated IDIQ procurement will result in at least three contract awards with a five-year ordering period and a total procurement capacity of $9,000,000. Firms must have experience in QA planning and support, reviewing assessment plans, assisting in planning and review of QC plans, accompanying on-site visits to validate compliance, collecting independent field data, comparing collected data to the builder database, and reporting discrepancies. Firms must also possess the capability of accessing secure spaces and facilities by passing a background check. The North American Industry Classification System (NAICS) code is **** with a small business size standard of $16,500,000 average annual receipts over three years. Responses are requested with company name, CAGE code, address, points of contact, business size classification, description of capability, and past performance experience on IDIQ contracts of similar scope and magnitude. Small business and 8(a) participants must perform at least 50% of the cost of contract performance incurred for personnel with their employees. Submittals are due no later than April 27, 2026. Large businesses need not respond. All advertisements will be through beta. sam. gov.
The response deadline for this sources sought notice is April 27, 2026, 2:00 PM Central Time. Submittals are due no later than April 27, 2026.
The selection will identify those highly qualified firms with expertise and experience with projects of similar scope, magnitude, and complexity as those anticipated under this MATOC. Selection of firms is not based upon competitive bidding procedures, but rather upon the qualifications necessary for the performance of the required effort.
The selected firms must have experience in providing quality assurance QA planning and support, reviewing assessment plans for site visits, assisting in planning and review of assessment quality control QC plans, accompanying on site visits to validate that builder compliance and assessment requirements are met, collecting field data inventory and inspection independent of the original assessor's, comparing collected data to the uploaded data into the builder database, and reporting assessment AE discrepancies. Firms must also possess the capability of accessing secure spaces and facilities by passing a background check.
The required services include quality assurance through on-site analysis of facilities. Contractors shall be required to provide services to conduct QA oversight on facility condition assessments performed by disparate AE firms awarded separately from this contract. The selected firms must have experience in accompanying on-site visits to validate that builder compliance and assessment requirements are met.
The total procurement capacity for this acquisition strategy consists of one solicitation resulting in at least three contract awards with a five-year ordering period and a total procurement capacity of $9,000,000.