Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 14, 2025 SAM #8693
SPECIAL NOTICE

A -- Notice of Intent to Sole Source Services for Environmental Modeling, Analysis, and Planning Tools

Notice Date
9/12/2025 9:42:04 AM
 
Notice Type
Special Notice
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
 
ZIP Code
39180-6199
 
Solicitation Number
W912HZ25N7135
 
Response Due
9/16/2025 11:00:00 AM
 
Archive Date
10/01/2025
 
Point of Contact
Shinita Jordan, SONIA BOYD
 
E-Mail Address
Shinita.M.Jordan@usace.army.mil, SONIA.J.BOYD@USACE.ARMY.MIL
(Shinita.M.Jordan@usace.army.mil, SONIA.J.BOYD@USACE.ARMY.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The US Army Corps of Engineers, Engineer Research and Development Center (ERDC), intends to issue an award on a sole source basis (IAW FAR 13.106-1(b)(1)) to Limno-Tech, Inc. 501 Avis Drive, Ann Arbor, Michigan 48108-9799. The effort is to design a workshop to evaluate innovative floodplain management strategies for operational water control by identifying and evaluating innovative approaches to floodplain management. The contractor must have experience with research, development, and special studies to predict environmental quality for civil works and government agencies. The contractor must have capabilities to furnish all labor for tasks to conduct a workshop drawing lessons learned from the Upper Mississippi River Basin (UMRB) including: (1) Optimize levee district performance; Assess the potential for agricultural levee districts to contribute to watershed and mainstem river management, including utilizing detention basin functionality during non-crop seasons and distributing nutrient-laden sediments onto cultivated fields. The workshop shall address the relevance to systems beyond the UMRB. (2) Enhance ecosystem services; Evaluate how managed floodplain restoration projects can be adapted to optimize water management for habitat enhancement (winter/summer flow adjustments) and nutrient reduction, potentially generating revenue streams through hunting rights or nutrient credit trading. (3) Risk-based flood management; Utilize modern hydrologic modeling and spatial analysis to classify levee district flood risk (low, medium, high, very high) and explore voluntary flooding programs in lower-risk districts as a means of sediment/nutrient reduction and flood risk redistribution. (4) Modeling and analytical tools; Present and apply relevant modeling approaches (NSM, SWAT+, CASM) to assess the effectiveness of project alternatives and inform decision-making, with consideration for applicability across diverse river systems. The intended procurement will be classified under North American Industry Classification System (NAICS) 541715 � Research and Development in the Physical, Engineering, and Life Sciences (Except Nanotechnology and Biotechnology with 1000 employees). This notice of intent to sole source to the Limno-Tech, Inc. is not a request for competitive quotes or proposals and no solicitation document exists for this requirement. Technical data sufficient to determine capability in providing the same or similar service shall be considered. All capability statements received by the closing date of this publication of this synopsis will be considered by the Government. A determination by the Government not to compete based on this notice is solely within the discretion of the Government. Capability statements shall include the notice number in the subject line and be submitted only by-email as a Microsoft Office Word, Microsoft Office Excel, or Adobe PDF attachment to Shinita.M.Jordan@usace.army.mil and Sonia.J.Boyd@usace.army.mil Statements are due by 1:00 Central Time, Tuesday September 16, 2025. No phone calls will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/72682aac7fc14a9188ea228ddd98d2c2/view)
 
Place of Performance
Address: MI 48108, USA
Zip Code: 48108
Country: USA
 
Record
SN07588532-F 20250914/250912230040 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.