Pre-demolition Survey of various buildings at the NASA AMES Research Center, San Francisco, California
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 U.S. Army Corps of Engineers (USACE), Huntsville Engineering and Support Center, is conducting a Sources Sought announcement for Pre-demolition Survey services at the NASA Ames Research Center in San Francisco, California. This is market research to identify qualified firms, including various small business categories, capable of performing environmental sampling and reporting. Responses are due by April 10, 2026, at 12:00 P.M. Central Time.
Purpose
This Sources Sought notice is for market research purposes only and is not a Request for Proposal. Its primary goal is to identify qualified small and other than small business sources under NAICS 541330, Engineering Services (small business size standard: $25.5 million). The government will use responses to determine the availability of qualified contractors and consider potential set-asides for future acquisition.
Scope of Work
The requirement involves conducting comprehensive pre-demolition surveys for various buildings at the NASA Ames Research Center, Moffett Blvd, Mountain View, CA. The objective is to plan and complete environmental sampling to identify and quantify Asbestos Containing Material (ACM), Other Regulated Material (ORM), Lead-Based Paint (LBP), and Polychlorinated Biphenyls (PCBs) in paint. Key tasks include:
- Performing sampling in accordance with Federal, State, and local regulations.
- Conducting laboratory testing and analysis, including Toxicity Characteristic Leaching Procedure (TCLP) for RCRA 8 metals and total analysis for PCBs.
- Preparing a Pre-Demolition Assessment Report detailing findings, quantities, recommended remediation efforts, and disposal methodologies for 64 identified facilities.
Contract & Timeline
- Type: Sources Sought (Market Research)
- NAICS: 541330, Engineering Services
- Set-Aside: None specified; market research will inform potential future set-asides for Certified Small Businesses, 8(a), HUBZone, Woman Owned, Veteran Owned, and Service-Disabled Veteran Owned Small Businesses.
- Response Due: April 10, 2026, 12:00 P.M. Central Time
- Published: March 31, 2026
- Anticipated Period of Performance: 166 working days from contract award to final acceptance.
Submission Requirements
Interested firms must submit a capability statement and a completed questionnaire (not to exceed ten pages) via email to Benjamin Hoell (Benjamin.G.Hoell@usace.army.mil). The capability statement should address:
- Ability to manage the types and magnitude of tasking in the draft PWS.
- Technical ability or approach to perform the described services.
- Experience performing similar work, including Federal Contract numbers.
- Identification of meaningful discriminators.
- Feedback and questions regarding the feasibility or challenges of performing the described work.
Special Requirements
Contractors must comply with Installation entrance and security requirements (including AT Level I training and background checks), Cybersecurity Maturity Model Certification (CMMC) Level 2 for FCI/CUI, and the U.S. Army Corps of Engineers EM 385-1-1 Safety and Health Requirements Manual (including APP, AHAs, and SSHO). Use of the Government-furnished Resident Management System (RMS) 3/CM will be required.