Opportunity

SAM #W912HZ26S3789

5-Year BPA for Site Assessments and Blast Analyses for DHS Support

Buyer

U.S. Army Engineer Research and Development Center

Posted

May 05, 2026

Respond By

May 26, 2026

Identifier

W912HZ26S3789

NAICS

541330, 541620, 541715, 541360, 541690, 541370

The U.S. Army Engineer Research and Development Center (ERDC) is seeking qualified vendors for a 5-year Master Blanket Purchase Agreement (BPA) to provide site assessments and blast analyses in support of the Department of Homeland Security. - Government Buyer: - U.S. Army Engineer Research and Development Center (ERDC), Geotechnical and Structures Laboratory (GSL), Structural Mechanics Branch - Contracting office located at 3909 Halls Ferry Road, Vicksburg, MS - Services Requested: - On-site data collection and site assessments of building components - Blast hazard modeling and analyses using Vulnerability Assessment and Protection Option (VAPO) software - Development of pressure-impulse (PI) curves and threat summaries - Preparation and delivery of detailed reports, hazard maps, briefing slides, and classified blast assessment summary reports - Unique/Notable Requirements: - Vendors must possess a SECRET security clearance and complete a DD-254 - Access to and proficiency with VAPO software is mandatory - Ability to deliver all required documentation and classified deliverables - No specific OEMs or product vendors are named; the focus is on specialized engineering services - Work will be performed at various federal and government sites, including Washington, DC, California, and Florida

Description

THIS IS A REQUEST FOR INFORMATION ONLY AND YOUR RESPONSE IS NOT AN OFFER. THIS REQUEST FOR INFORMATION DOES NOT COMMIT THE GOVERNMENT TO PAY ANY COSTS INCURRED IN PREPARATION OF ANY SUBMISSION TO THIS NOTICE, OR TO CONTRACT FOR SERVICES.

This Request for Information (RFI) is issued solely for information and planning purposes and DOES NOT constitute a solicitation. All information received in response to this RFI marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. Whatever information is provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for a solution. In accordance with RFO FAR 15.101(c)(2), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.

BACKGROUND/PURPOSE: The U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC) is conducting market research to evaluate and determine available sources with competencies and capabilities to provide site assessments, blast analyses, and security recommendations for select sites across the U.S as specified within the DRAFT Performance Work Statement (PWS). Details regarding the tasks for this effort are provided in the DRAFT PWS document.

The DRAFT PWS is attached. Please note this is subject to change. The purpose of this Request for Information (RFI) is to obtain availability of vendors, vendor capability in fulfilling the requirement, and to determine interest in participation for market research purposes before a Request for Quote (RFQ) is released for the required services.

Not responding to this RFI does not preclude participation in any future RFQ, if any is issued. If a solicitation is released, it will be synopsized on the SAM.gov website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.

Respondents are requested to review the attached DRAFT PWS and submit responses to the following questions:

Contact information: Interested organizations should respond by providing the Government the following information:

(1)       Company name,

(2)       Address,

(3)       Point of Contact, business title,

(4)       Telephone number,

(5)       Email address,

(6)       Company Cage Code,

(7)       Primary NAICS,

(8)       Business Size, i.e., Large, Small (if small, state your category).

(9)       Current Registration in SAM,

(10)     Webpage address.

Answer the Following Questions:  All interested contractors (both large and small) are requested to provide written responses to the questions below. A response to this RFI is necessary in order to assist ERDC in determining the potential levels of interest, adequate competition, market availability and technical capabilities within the Large and Small Business Community to provide the required services.

Question #1: Does your company have the capability to provide both the site assessments and blast analyses as described in the DRAFT PWS? If not, please explain why not and state which your company cannot provide?

Question #2: Does your company have the capability to provide all of the requested deliverables for the site assessments and the blast analyses as specified within the DRAFT PWS? If not, please explain why and state which your company cannot provide?

Question #3: Does your company have a SECRET security clearance as required in the DRAFT PWS?

Question #4: Does your company currently have access to the required Vulnerability Assessment and Protection Option (VAPO) software for blast analyses as specified within the DRAFT PWS?

Capabilities Statement: A description of capabilities in providing 1) the minimum required capabilities described in the DRAFT PWS and 2) Experience. Previous procurement information, including contract numbers and customers, is recommended.   Business Status (based on NAICS 541330, Engineering Services): Please indicate the business status of your company (Socio-Economic Factors: 8(a), HUBZone, Service-Disabled Veteran-Owned Business, Small Disadvantaged Business etc.).

Interested vendors must provide the above information no later than 1:00 PM Central Standard Time (CST) on 26 May 2026. Responses must be emailed to Jon-Vincent Holden at Jon-Vincent.S.Holden@usace.army.mil AND David Ammermann at David.G.Ammermann@usace.army.mil. Any questions related to this notice must be submitted in writing to Jon-Vincent Holden. Verbal questions will NOT be accepted. The Government will not reimburse companies for any costs associated with the submissions of their responses.

View original listing