Opportunity
SAM #PANHES-26-P-0000-028437
Pre-demolition Environmental Survey Services at NASA Ames Research Center
Buyer
USACE Engineering Support Center Huntsville
Posted
March 31, 2026
Respond By
April 10, 2026
Identifier
PANHES-26-P-0000-028437
NAICS
562910, 541620, 541330
This opportunity seeks qualified contractors to perform pre-demolition environmental surveys at NASA Ames Research Center in Mountain View, California. - Government Buyer: - U.S. Army Corps of Engineers, Engineering and Support Center, Huntsville (Facilities Reduction Program) - Operating under the Department of Defense and Department of the Army - NASA is the facility owner and end user - Services Requested: - Pre-demolition survey and environmental sampling of 64 facilities - Identification of asbestos-containing materials (ACM), other regulated materials (ORM), lead-based paint (LBP), and PCBs-in-paint - Waste stream analysis for RCRA 8 metals - Laboratory testing and analysis - Preparation of safety and sampling plans (Accident Prevention Plan, Sampling Plan) - Project management and consulting services during abatement and demolition (including up to 80 hours of Senior Industrial Hygienist labor) - Detailed reporting and recommendations for safe removal and disposal in a Pre-Demolition Assessment Report - Unique/Notable Requirements: - Compliance with federal, state, and local regulations - Strict security, safety, and cybersecurity requirements, including AT Level I training and CMMC Level 2 compliance - Consulting support during abatement and demolition (RFIs, engineering change proposals, material submittal reviews) - No specific OEMs, vendors, or part numbers are named in the notice - Opportunity is open to a wide range of small and large businesses - All requirements are detailed in the attached Performance Work Statement (PWS)
Description
SOURCES SOUGHT ANNOUNCENMENT
1. This is a SOURCES SOUGHT announcement. The Government is seeking to identify qualified small and other than small business sources under the anticipated North American Industry Classification System (NAICS) 541330, Engineering Services. The small business size standard is $25.5 million. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the Government to a specific acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice.
2. CONTRACT INFORMATION: The Huntsville Engineering and Support Center, U.S. Army Corps of Engineers (CEHNC) is seeking to determine the interest and ability of qualified firms to conduct a Pre-demolition Survey of various buildings at the NASA AMES Research Center, San Francisco, California.
3. The purpose of this sources sought notice is to conduct market research to determine the availability of qualified contractors to perform these services to include Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Woman Owned Small Business, Veteran Owned Small Business, Service-Disabled Veteran Owned Small Businesses, and Other Than Small Businesses. Offerors are requested to respond to the attached questionnaire, which shall not exceed ten pages. Based upon the responses received, consideration will be given to defining what part, or all, of the acquisition will be set-aside for small business competition.
4. PROJECT INFORMATION: NASA has tasked the US Army Corps of Engineers, Engineering and Support Center, Huntsville, to initiate a Facility Reduction requirement at the AMES research center in San Francisco, CA. Buildings are considered excess and will be demolished. The purpose of this contract is to procure Pre-demolition surveys according to the requirements set forth in this Performance Work Statement (PWS).
The objective is to plan and complete the environmental sampling facilities as identified in the PWS. The objective of the Performance Work Statement is to plan and complete the environmental sampling of facilities at the installation. The structures of concern are listed in Table I of the PWS. The sampling will determine ACM and ORM materials and complete a Waste Stream Analysis for RCRA 8 metals, lead-based paint (LBP) and PCB’s-in-paint for those parts of the structure currently identified as potentially having any painted components. Following sampling, the Contractor shall be able to completely quantify the environmental contamination present and the methods required to remove and dispose of contamination in a safe manner. All sampling shall be planned and performed in accordance with Federal, State, and local regulations for the installation. All recommendations for follow-on actions shall also be in accordance with Federal, State, and local regulations. Laboratory testing and analysis shall be completed within the workdays identified in table two following the respective site sampling field activity completion. The results of the site investigation and sampling effort will be provided in an individual Pre-Demolition Assessment Report for the installation
Please refer to the PWS and attached documents for requirement specifics.
5. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Interested firms should complete and submit a capability statement via email to Ben Hoell, Contracting Specialist (Benjamin.G.Hoell@usace.army.mil). Submission shall be received no later than 12:00 P.M. Central Time, 10 April 2026 Personal visits for the purpose of discussing this announcement will not be scheduled.
Attachments
PWS
Capability Questionnaire