Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 02, 2025 SAM #8558
SPECIAL NOTICE

A -- Notice of Intent to Sole Source Services for Development of Natural Infrastructure Playbook that Features Tyndall Air Force Base

Notice Date
4/30/2025 12:09:35 PM
 
Notice Type
Special Notice
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
 
ZIP Code
39180-6199
 
Solicitation Number
W912HZ25N7635
 
Response Due
5/5/2025 10:00:00 AM
 
Archive Date
05/20/2025
 
Point of Contact
Shinita Jordan, SONIA BOYD, Phone: 6017510822
 
E-Mail Address
Shinita.M.Jordan@usace.army.mil, SONIA.J.BOYD@USACE.ARMY.MIL
(Shinita.M.Jordan@usace.army.mil, SONIA.J.BOYD@USACE.ARMY.MIL)
 
Description
The US Army Corps of Engineers, Engineer Research and Development Center (ERDC) intends to negotiate on a sole source basis (IAW FAR 13.106-1) with Jacobs Engineering Group, Inc., 1999 Bryan Street Suite 3500 Dallas, Texas 75201-3136, for service contract to develop a Natural Infrastructure Playbook, featuring recent improvements to Tyndall Air Force Base (TAFB) that will provide multiple lines of defense against future storm impacts thereby increasing resilience to natural hazards, making it a model for other coastal federal facilities. This is a follow-on acquisition for the ERDC Environmental Laboratory (EL) to a prior research and development contract performance of the Engineering with Nature� Program. The objective of this project is to procure a new contract to Develop a Natural Infrastructure Playbook featuring Tyndall Air Force Base (TAFB), which is conducting research to advance science, planning, engineering, and operational practice supporting infrastructure development. Document Natural Infrastructure (NI) advancements at Tyndall Air Force Base (TAFB) in a way that would allow for the distribution of learnings and best practices to resource managers, facility managers and decision makers for the purpose of increasing resilience. This work shall be executed by a contractor with the following qualifications: 1) previous experience developing �Engineering with Nature for DoD Facility Adaptation Planning� EWN� Playbooks from conception to published final product, 2) subject matter expert of the recent Tyndall Air Force Base Coastal Resilience Implementation Plan, 3) extensive knowledge and first-hand application of Natural Infrastructure and Natural and Nature-Based Features (NNBF). This acquisition is being conducted under 10 United States Code 3204(a)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii)(A). There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 541715 � Research and Development in the Physical, Engineering, and Life Sciences (Except Nanotechnology and Biotechnology) with a Size Standard of $1000. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice shall submit technical data, including price, sufficient to determine capability in providing the same or similar product. All capability statements received by the closing date of the publication of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability statements shall be submitted only by e-mail as a Microsoft Office Word, Microsoft Office Excel, or Adobe PDF attachment to Shinita Jordan Shinita.M.Jordan@usace.army.mil or Sonia Boyd Sonia.J.Boyd@usace.army.mil. Statements are due by 3:00PM Central Time 5 May 2025. No phone calls will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e5d17c51eba9404a8fe2d39dfeecdcdb/view)
 
Place of Performance
Address: Dallas, TX 75201, USA
Zip Code: 75201
Country: USA
 
Record
SN07425925-F 20250502/250430230042 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.