Sources Sought - Master Blanket Purchase Agreements (BPAs) for Blast Assessments

SOL #: W912HZ26S3789Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W2R2 USA ENGR R & D CTR
VICKSBURG, MS, 39180-6199, United States

Place of Performance

Washington, DC

NAICS

Engineering Services (541330)

PSC

Engineering And Technical Services (R425)

Set Aside

No set aside specified

Timeline

1
Posted
May 5, 2026
2
Response Deadline
May 26, 2026, 6:00 PM

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) Engineer Research and Development Center (ERDC) is conducting market research through a Sources Sought / Request for Information (RFI) to identify qualified sources for Master Blanket Purchase Agreements (BPAs) for Blast Assessments. This effort involves providing site assessments, blast analyses, and security recommendations for various sites across the U.S. Responses are due by 1:00 PM CST on May 26, 2026.

Purpose & Background

This RFI is for information and planning purposes only and does not constitute a solicitation. Its primary goal is to assess tradeoffs, determine available sources, and evaluate vendor capabilities and interest before a potential Request for Quote (RFQ) is released. The ERDC is seeking to establish Master BPAs for a five-year ordering period.

Scope of Work

Services required, as detailed in the DRAFT Performance Work Statement (PWS), include:

  • Site Assessments: Travel to sites, review drawings, capture measurements (e.g., glazing, openings, mullions), and photograph building components. Standard operating procedures will be provided.
  • Blast Analyses: Perform analyses using Vulnerability Assessment and Protection Option (VAPO) software. Develop comprehensive site maps identifying required standoffs and potentially conduct higher fidelity analysis (e.g., finite element analysis) for complex scenarios. Analysis includes system performance and surrounding structure influence.

Key Requirements & Deliverables

  • Security Clearance: Contractor personnel must possess a SECRET level clearance and complete DD-254.
  • Software: Contractors MUST have access to VAPO software.
  • Personnel: Requires a Project Manager (4-year engineering degree, >10 years experience) and a Principal Engineer (SECRET clearance, Master's degree, >10 years experience in structural/blast analysis).
  • Deliverables: Site assessment notes and digital photo logs (within 2 weeks of visit); briefing slides and blast hazard maps (within 6 weeks); VAPO files, PI curves, Threat Summary, and Draft/Final Blast Assessment Summary Reports (within 10-14 weeks).
  • NDA: Contractors must sign a Non-Disclosure Agreement (NDA).

Submission Requirements

Interested organizations must provide:

  • Company contact information (name, address, POC, phone, email, CAGE, primary NAICS, business size, SAM registration, webpage).
  • Answers to specific questions regarding capability to provide site assessments, blast analyses, deliverables, SECRET clearance, and VAPO software access.
  • A capabilities statement describing experience and minimum required capabilities from the DRAFT PWS, including previous procurement information.
  • Business status (e.g., 8(a), HUBZone, SDVOSB, SDB) based on NAICS 541330 (Engineering Services).

Contract & Timeline

  • Contract Type: Sources Sought / Request for Information (RFI)
  • Anticipated Contract Type: Master Blanket Purchase Agreements (BPAs)
  • Ordering Period: Five years
  • Response Due Date: May 26, 2026, by 1:00 PM CST
  • Published Date: May 5, 2026
  • Set-Aside: None specified (market research stage)

Response Submission

Responses must be emailed to Jon-Vincent Holden (Jon-Vincent.S.Holden@usace.army.mil) AND David Ammermann (David.G.Ammermann@usace.army.mil). All questions must be submitted in writing to Jon-Vincent Holden. This RFI does not commit the Government to pay for response preparation costs.

People

Points of Contact

Files

Files

Download

Versions

Version 1Viewing
Sources Sought
Posted: May 5, 2026