Loading...
W912DW26Q1BOY
Response Deadline
May 26, 2026, 6:00 PM(PDT)14 days
Eligibility
Contract Type
Sources Sought
This SOURCES SOUGHT ANNOUNCEMENT # W912DW26Q1BOY is for informational and market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The proposed action will be a service project with a firm-fixed price contract. The type of solicitation to be issued will depend upon information received in response to this sources sought announcement. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow-up information.
Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Government. The purpose of this sources sought announcement is to gain knowledge of potentially qualified Small Business, 8(a), Woman Owned Small Business, Service-Disabled Veteran Owned Small Business, and HUBZone contractor sources; to the NAICS code 541370 – Surveying and Mapping (except Geophysical) Services, PSC code C211- Architect and Engineering—General: Landscaping, Interior Layout, and Designing, and Small Business Size Standard $19 Million. Depending upon the responses associated with the business categories listed above, the solicitation will either be set aside in one of those categories or be issued as unrestricted and open to both small and large businesses. After reviewing the responses to this announcement and if the Government still plans to proceed with this project; a separate solicitation announcement will be published on SAM.gov (www.SAM.gov). Responses to this announcement are not an adequate response to any future solicitation announcement.
BACKGROUND:
Background: The locks, spillway, fish ladder, buildings, grounds, and garden as well as the Montlake and Fremont cuts comprise the Lake Washington Ship Canal (LWSC) Project; the whole of which was designated a historic district on December 14, 1978. LWSC receives approximately 2 million visitors each year. Approximately 65% of project visitors are from Washington State. LWSC is the second most visited tourist attraction in Seattle. Peak visitation is from April to September and is very closely linked to the weather. The garden comprises at least 7 of the 17-acre locks reservation and is described in the Nomination Form for the National Register as a "luxuriant array of mature ornamental and specimen trees, shrubs, and bedding plants ...”.
This is a non-personal professional service to provide a full GIS Inventory of Trees in the Carl S. Jr. Botanical Garden and subsequent deliverables in the form of interactive GIS-based Google Earth file (KMZ) for the Lake Washington Ship Canal at Seattle, WA. The Government shall not exercise any direct supervision over the contract service providers performing the services herein.
Responses to announcement should include:
1. A capability statement expressing interest in this requirement, describing your company and its capability to complete a project of this magnitude and complexity. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel.
2. A statement or list of your firm's current or past technical experience similar to or the same as the draft scope of work (attached). Include a brief description of each project scope, schedule, and dollar value, and a point of contact name, phone number and email address for the contracting organization.
REQUIREMENTS:
Interested firms should submit a capabilities package, to include the following:
1. Firm's name, address, point of contact, phone number, and email address.
2. CAGE code and Unique Entity ID (UEI) number.
3. Firm's interest in bidding on the solicitation if issued.
4. Business classification: Small Business (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone Small Business (HUBZone), 8(a) Program.
5. Firm's joint venture information (if applicable).
All interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Prior Government contract work is not required for submitting a response to this announcement.
Submit responses via email to: Xuejiao Sun, xuejiao.sun@usace.army.mil
Responses should be sent no later than 11:00 AM PST, 26 May 2026. Subject Line: Lake of Washington Ship Canal GIS Garden Mapping.
All interested firms must be registered in the System for Award Management (www.SAM.gov) by time of award and remain active for the duration of the contract to be eligible for Government contracts.
Office of Small Business Programs POC: Enshane’ Nomoto, enshane.nomoto@usace.army.mil.
Xuejiao Sun
Shemekia McMillan
DEPT OF DEFENSE
DEPT OF THE ARMY
US ARMY CORPS OF ENGINEERS
ENGINEER DIVISION NORTHWESTERN
ENDIST SEATTLE
W071 ENDIST SEATTLE
W071 ENDIST SEATTLE
KO CONTRACTING DIVISION
4735 EAST MARGINAL WAY SOUTH
SEATTLE, WA, 98134-2329
NAICS
Surveying and Mapping (except Geophysical) Services
PSC
ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING
Set-Aside
Total Small Business Set-Aside (FAR 19.5)