ENVIRONMENTAL IMPACT STATEMENT (EIS) FOR PHASE 2 MEDIUM- AND HEAVY-DUTY VEHICLE FUEL EFFICIENCY IMPROVEMENT PROGRAM
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The National Highway Traffic Safety Administration (NHTSA) is conducting a Sources Sought to identify qualified Small Businesses (SB, SDB, 8(a), HUBZone SB, VOSB, SDVOSB, WOSB) capable of providing technical support for an Environmental Impact Statement (EIS). This EIS is for the Phase 2 Medium- and Heavy-Duty Vehicle Fuel Efficiency Improvement Program. Responses are due by January 27, 2026.
Scope of Work
The selected contractor will assist NHTSA with the National Environmental Policy Act (NEPA) process, specifically preparing a Draft Environmental Impact Statement (DEIS). This involves analyzing potential environmental impacts of proposed standards and reasonable alternatives, including a "no action" alternative. Key analyses include health, societal, environmental impacts, climate trends, emissions, air quality, energy, and lifecycle impacts. The contractor will analyze global surface temperature from forecasted CO2 emissions, ambient air quality impacts, and perform lifecycle analysis of vehicle technologies. Support also includes drafting, finalizing, and producing the DEIS and its administrative record, along with providing post-DEIS environmental consulting services.
Contract & Timeline
This is a Sources Sought notice for market research purposes; NHTSA does not intend to award a contract based on responses, but may issue a Request for Proposals (RFP) later.
- Type: Sources Sought / Market Research
- Target Respondents: Small Business (SB), Small Disadvantaged Business (SDB), 8(a) Certified SDB, HUBZone SB, VOSB, SDVOSB, WOSB
- Response Due: January 27, 2026
- Published: January 13, 2026
- Product Service Code (PSC): R406 (Policy Review/Development Services)
- Recommended NAICS: 541611 (Administrative Management and General Management Consulting Services)
Capabilities & Submission
Interested firms must submit a Corporate Capability Statement (maximum 10 pages) demonstrating their ability and past experience. Submissions should include:
- General Information: Company name, address, point of contact, DUNS, CAGE, potential teaming arrangements, GSA FSS (NAICS 541611), and contracts awarded under NAICS 541611.
- Technical Capability: A synopsis supporting the firm's ability to perform the objective and Draft SOW, with evidence of experience and past performance from the last three years (including contract numbers, dollar amounts, periods, and Government points of contact).
- Additional Information: Indication of intent to propose if an RFP is issued, preferred contracting role (Prime, teaming, JV), validation/recommendation of NAICS codes and GSA vehicles, and any other recommendations. Contractors must possess highly specialized, expert-level environmental impact assessment capabilities, robust project management, and sufficient staff.
Point of Contact
Michelle Shanahan (michelle.shanahan@dot.gov, 202-578-0962).