Sources Sought – Biology Contracts
The U.S. Army Corps of Engineers, New York District (NYD) is issuing this Sources Sought notice to determine if there are interested and qualified firms to perform work on an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for its Operations Division. Responses to this Sources Sought notice will be used by the Government to make an appropriate procurement decision. The IDIQ contract would primarily consist of the sampling and testing of dredged material for placement at the Historic Area Remediation Site (HARS) following procedures described in the following two documents and any subsequent updates:
US Army Corps of Engineers - New York District and Environmental Protection Agency - Region 2, Guidance for Performing Tests on Dredged Material Proposed for Ocean Disposal (April 2016) https://www.nan.usace.army.mil/Portals/37/docs/regulatory/Formdoc/FINAL_NYD-R2_REGIONAL_TESTINGMANUAL-APRIL%202016.pdf
Environmental Protection Agency and US Army Corps of Engineers, Evaluation of Dredged Material Proposed for Ocean Disposal Testing Manual (aka. Green Book) (February 1991) https://www.epa.gov/sites/production/files/2015-10/documents/green_book.pdf
The IDIQ Contract would also include testing of dredged material for upland disposal following procedures, and their subsequent updates, described in:
New York State Department of Environmental Conservation Technical & Operational Guidance Series (5.1.9) for In-Water and Riparian Management of Sediment and Dredged Material (November 2004)
New York State Department of Environmental Conservation, New York Codes, Rules and Regulations (NYCRR), Title 6, Part 375 (December 2006)
New Jersey Department of Environmental Protection, New Jersey Administrative Code (NJAC), Title 7, Chapters 7, 9 and 26
New Jersey Department of Environmental Conservation, The Management and Regulation of Dredging Activities and Dredged Material in New Jersey’s Tidal Waters (October 1997)
Additional work may be requested following the testing requirements of other states. For guidance not listed above, the Government and Contractor would further coordinate on capability.
Work orders would include all or some of the following: sediment and water collection (on contractor supplied vessel); sample handling, processing and shipping; physical and biological analyses (e.g. toxicity and bioaccumulation testing, and physical analyses); quality assurance (QA) and quality control (QC) procedures, and necessary corrective actions. Reports containing the sampling logs, all testing results and QA/QC information in a format required by NYD would have to be provided by the contractor for each work order. All sampling would be performed within the Port of New York & New Jersey, the length of the Hudson River, in the Atlantic Ocean at the HARS and its Reference Site.
The North American Industry Classification System (NAICS) code is 541380. The business size standard is $11,000,000.
All interested businesses should notify this office via email by 20 September 2025, 02:00pm EST.
Responses should include:
(1) Identification of the firm as a Large or Small Business;
(2) If the firm is a Small Business they should also identify if they are a SBA certified 8(a), HUB Zone or Service-Disabled Veteran Owned Small Business;
(3) The firm’s UEI Number and CAGE Code; and
(4) State in writing if the contractor has any experience with HARS testing for US Army Corps of Engineers.
Send responses to:
Tiffani Lee at Tiffani.M.Lee@usace.army.mil
This is NOT a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received. This synopsis neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought Synopsis should not be construed as a commitment by the Government for any purpose. The Government does not intend to rank submittals or provide any reply to interested firms. Submittals will be used for market survey information only.