Stormwater Assessment
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. Secret Service, under the Department of Homeland Security, has issued a Sources Sought / Request for Information (RFI) for a Stormwater Assessment at the James J. Rowley Training Center (JJRTC) in Laurel, MD. This RFI aims to identify qualified firms capable of providing services to ensure compliance with the National Pollutant Discharge Elimination System (NPDES) General Permit. Responses are due by February 12, 2026.
Purpose & Scope
The objective is to obtain an updated stormwater assessment for the JJRTC. The scope of work, as outlined in the draft Statement of Work (SOW), includes:
- Conducting an on-site review of all stormwater aspects (BMPs, culverts, dams, outfalls) to assess functionality and identify maintenance needs.
- Producing a maintenance report with identified issues, recommendations, priority levels, and cost estimates.
- Updating the impervious area assessment report, including a new baseline, current BMPs, and restoration requirements.
- Updating associated records such as BMP Tables, Restoration Activity Schedules, and stormwater maps. The potential future contract, if awarded, is anticipated to be a Firm Fixed Price (FFP) type with a one-year period of performance.
RFI Details & Submission
This is a market research effort. Interested firms are requested to submit a capability statement and responses to specific RFI questions. The GSA RFI Questions.xlsx document details these questions, which cover:
- Willingness to submit an offer under a GSA Contract, identifying relevant GSA Contracts, SINs, Pools, or Constellations.
- Most appropriate NAICS code, business size, and applicable socio-economic categories.
- Confirmation of commercial service/product provision.
- Capability to perform all required services in the draft SOW, previous experience, and realistic response times.
- Sufficiency of the draft SOW for RFQ response and ability to meet performance objectives.
- Subcontracting plans and estimated percentages. Responses must be submitted via the GSA RFI Link.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified
- Response Due: February 12, 2026, 10:00 PM ET
- Published: February 5, 2026
Place of Performance
James J. Rowley Training Center (JJRTC), 9200 Powder Mill Road, Laurel, MD, 20708.
Contact Information
- Primary: Willie Bethune (willie.bethune@usss.dhs.gov)
- Secondary: Erik Syfert (erik.syfert@usss.dhs.gov)