ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Multi-Media Environmental Compliance Services-Water

DEPT OF DEFENSE N4008025R1006
Response Deadline
Oct 28, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Washington, is soliciting proposals for Multi-Media Environmental Compliance Services, focusing on Stormwater, Wastewater, and Drinking Water within its Area of Responsibility and US Territories. The procurement aims to secure a single-award Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract, which will encompass a range of environmental compliance services essential for maintaining water quality and regulatory adherence. This contract is particularly significant as it addresses critical environmental management needs, ensuring compliance with federal and local regulations while supporting sustainable practices. Interested small businesses must submit their proposals electronically by November 4, 2025, and can direct inquiries to Ariana Gray at ariana.m.gray2.civ@us.navy.mil or call 240-416-9455.

Classification Codes

NAICS Code
541620
Environmental Consulting Services
PSC Code
F103
ENVIRONMENTAL SYSTEMS PROTECTION- WATER QUALITY SUPPORT

Solicitation Documents

25 Files
Amendment 0001 SF30.pdf
PDF584 KBNov 3, 2025
AI Summary
Amendment 0001 to solicitation N4008025R1006 by NAVFAC Washington revises the NAICS code from 541330 (Engineering Services) to 541620 (Environmental Consulting Services), reducing the small business size standard from $25.5 million to $19 million. This modification clarifies that the contract is a single-award Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) for multi-media environmental compliance services, emphasizing stormwater, wastewater, and drinking water, primarily within NAVFAC Washington’s Area of Responsibility and US Territories. The total contract period will not exceed 66 months. Additionally, the amendment modifies clauses 52.219-28 and 52.204-8 regarding Post-award Small Business Program Rerepresentation and Annual Representations and Certifications, respectively, outlining requirements for contractors to re-represent their size and socioeconomic status in SAM under specific conditions. It also updates the maximum government and contractor obligation to order/deliver to USD +45,000,000.00.
Solicitation N4008025R10060001 SF33.pdf
PDF2685 KBNov 3, 2025
AI Summary
This government solicitation (N4008025R10060001) is a Request for Proposal (RFP) for Multi-Media Environmental Compliance Services, with an emphasis on Stormwater, Wastewater, and Drinking Water for the Naval Facilities Engineering Command (NAVFAC) Washington DC Area of Responsibility (AOR) and US Territories. This is a total small business set-aside, resulting in a single-award Firm-Fixed-Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The contract has a five-year ordering period with an option to extend services for up to six months, not exceeding a total performance period of 66 months. The minimum order is $50,000.00 and the maximum is $45,000,000.00. Services will primarily be performed within the NAVFAC Washington AOR, including Washington D.C., Maryland, and Virginia, but may extend to other CONUS lands and US Territories. The scope includes primary services in stormwater, wastewater, and drinking water compliance, as well as secondary services in air quality, waste management, fuel storage tank compliance, environmental management systems, other environmental liabilities, environmental planning, cultural resources, natural resources, and installation restoration. Personnel qualifications are detailed for various roles including Project Managers with specific experience in DC, MD, or VA environmental regulations. The document also outlines contract administration, payment instructions via Wide Area WorkFlow (WAWF), and various FAR and DFARS clauses governing the contract.
Attachment G_Table 3 Drinking Water.docx
Word26 KBOct 9, 2025
AI Summary
ATTACHMENT G - TABLE 3 (DRINKING WATER) outlines 20 specialized experience areas crucial for drinking water projects, likely within the context of government RFPs or grants. These areas encompass a broad spectrum of activities vital for ensuring safe and efficient drinking water systems. Key experiences include source water protection, sanitary and water leakage surveys, water audits, and condition assessments. The document also highlights the importance of developing vulnerability assessment and emergency response plans, as well as completing various studies such as water conservation, corrosion control, and wellhead protection assessments. Other critical areas involve drinking water characterization sampling and analysis, preparing operation and maintenance manuals for treatment plants, and evaluating existing facilities for upgrades. Furthermore, the specialized experience extends to distribution system mapping using GIS, developing sampling monitoring plans, and hydraulic modeling of distribution systems. This comprehensive list emphasizes the diverse expertise required for managing and improving drinking water infrastructure projects.
Attachment F_Table 2 Wastewater.docx
Word28 KBOct 9, 2025
AI Summary
ATTACHMENT F - TABLE 2 (WASTEWATER) outlines specialized experience requirements for wastewater projects, likely for federal, state, or local government RFPs and grants. The document lists various services, including wastewater evaluation, investigation, and reuse studies, inflow and infiltration studies, POTW pretreatment applications, wastewater permit compliance sampling and analysis, and sludge and wastewater characterization. It also covers the preparation of operation and maintenance manuals for wastewater treatment plants, sludge management and disposal plans, and industrial wastewater management and pollution minimization plans. Other key areas include conveyance system mapping using GIS, preparing NPDES permit applications and monitoring reports, conducting wastewater treatment plant operational evaluations, industrial wastewater surveys, providing operator training, and illicit discharge studies. Each specialized experience is assigned a project number, indicating a structured approach to categorizing and tracking relevant expertise within the scope of wastewater management projects.
Attachment E_Table 1 Stormwater.docx
Word26 KBOct 9, 2025
AI Summary
Attachment E - Table 1 (Stormwater) outlines specialized experience required for projects related to stormwater management and Low Impact Development (LID) and Best Management Practices (BMPs). The document lists 20 categories of expertise essential for federal, state, and local RFPs, federal grants, and state and local RFPs. Key areas include surveying, inspecting, and designing LID facilities and stormwater BMPs, along with post-construction award services. The table also covers preparing and reviewing documentation for LID and structural/nonstructural BMPs, developing maintenance manuals, and conducting inventory and documentation of these features. Additional specialized experience includes assessing stormwater system conditions, performing maintenance and repairs, and supporting permit applications. The document further specifies expertise in identifying non-point source pollution, investigating illicit discharges, and conducting stormwater and ambient water quality sampling and analysis, including Quality Assurance/Sampling Analysis plans and self-monitoring reports. Finally, it emphasizes the development of GIS data, computer-aided design and drafting, and the creation of stormwater pollution prevention plans and site compliance evaluations.
Attachment D_Project Information Form.docx
Word33 KBNov 3, 2025
AI Summary
The "PROJECT INFORMATION FORM" is designed for contractors, joint ventures, and teams to submit up to ten projects demonstrating relevant experience for a solicitation. Each project submission, limited to two pages, requires detailed information including project type (Stormwater, Wastewater, Drinking Water), contract specifics (number, title, location), financial details (final contract price, completion percentage), and award/completion dates. The form also asks for the type of work performed (specifically Environmental Services), customer/owner information, and the capacity in which the work was executed (Prime, JV, Teaming Arrangement). A critical component is a detailed description of the project's relevance to the solicitation and the percentage of work self-performed, along with a description of the self-performed tasks and coordinated entities. This form is essential for evaluating a firm's experience and capabilities in government contracting contexts such as RFPs, federal grants, and state/local RFPs.
Attachment C_Price Template Water IDIQ_N4008025R1006.xlsx
Excel23 KBOct 9, 2025
AI Summary
The provided government file outlines labor categories and their associated hours for a project spanning five years, with an optional six-month extension. Key labor categories include Principal/Program Manager, various levels of Engineers, Scientists/Geologists, Field Technicians, GIS Analysts, CAD Operators, and administrative and contracts personnel. The document specifies the total hours allocated for each role, such as Senior Scientist/Geologist (15,412 hours), Mid-Level Scientist/Geologist (13,500 hours), and Senior Engineer (5,309 hours), among others. The file also includes placeholders for hourly burdened rates for each year, indicating that these costs will be automatically calculated for government use. This structure is typical for federal government RFPs, detailing staffing and potential costs for a multi-year project.
Attachment B_PPI Log_N4008025R1006.xlsx
Excel13 KBNov 3, 2025
AI Summary
The document N40080-25-R-1006, titled "Multi-Media Environmental Compliance Services with an Emphasis on Storm Water, Wastewater and Drinking Water, Washington DC AOR and Other US Territories," is a pre-proposal inquiry log for a government solicitation. This file is part of the federal government's Request for Proposals (RFPs) and serves as a record of questions received from offerors and the corresponding responses provided by the government. The main purpose of this document is to facilitate clear communication and address potential ambiguities or concerns from prospective bidders regarding the scope and requirements of the multi-media environmental compliance services. It includes fields for reference details such as page, section, and paragraph numbers, as well as the question number, date received, the government responder's name and email, and the offeror's point of contact and email. This log ensures transparency and fairness in the pre-award phase of the procurement process, allowing all interested parties to access clarifications and amendments related to the RFP.
Amendment 0002 SF30.pdf
PDF571 KBNov 3, 2025
AI Summary
Amendment 0002 to solicitation N40080-25-R-1006 extends key deadlines for pre-proposal inquiries and proposal submissions. The new cut-off for Pre-Proposal Inquiries (PPI) is September 8, 2025, at 2 PM EST, and the proposal due date is October 7, 2025, at 2 PM EST. All proposals must be submitted electronically through the PIEE Solicitation Module, with mailed or hand-delivered submissions not accepted unless explicitly approved by the Contracting Officer. Offerors are responsible for ensuring timely submission and verifying receipt of all questions. The government will not cover proposal preparation costs. Amendments and attachments will be posted on PIEE and SAM.gov, and contractors must regularly check both platforms for updates.
Attachment A_PIEE Vendor Registration Instructions.pdf
PDF510 KBNov 3, 2025
AI Summary
The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide outlines the process for vendors to register and manage accounts within the Department of Defense's (DoD) PIEE platform, specifically for the Solicitation Module. This system automates and secures the process for handling solicitations and responses. The guide details step-by-step instructions for new users to self-register for a PIEE account and for existing users to add additional roles, such as Proposal Manager (required for submitting offers) or Proposal View Only. It covers creating user profiles, security questions, completing company information, and selecting roles by entering a CAGE Code. The document also provides information on help resources, including getting started for companies without an Account Administrator, finding Account Administrator support, and technical support contacts. A Roles and Actions/Functions Matrix clarifies the capabilities associated with each vendor role within the Solicitation Module.
REVISED Attachment C_Price Template_N4008025R1006_8 October 2025_Amendment 0004.xlsx
Excel24 KBOct 10, 2025
AI Summary
The document outlines a labor category and hourly burdened rate schedule for a government Request for Proposal (RFP), federal grant, or state/local RFP. It details various labor categories, including management, engineering, scientific, technical, and administrative roles, across multiple disciplines such as stormwater, drinking water, and wastewater. The file specifies "TOTAL" hours and corresponding burdened rates for each labor category across five years, with an additional option for a six-month extension (FAR 52.217-8 OPTION). The structure indicates that the totals and rates are automatically calculated for government use, distinguishing between CLIN 0001 (Years 1-5) and CLIN 0002 (6-month extension). The purpose is to provide a standardized format for offerors to present their proposed labor costs and burdened rates for potential government contracts.
N4008025R1006_PPIs dated 8 October 2025_Amendment 0004.pdf
PDF204 KBOct 16, 2025
AI Summary
The N40080-25-R-1006 Pre-Proposal Inquiry Log addresses various questions regarding a federal RFP for Multi-Media Environmental Compliance Services. Key clarifications include allowing subcontractor experience for Corporate Experience if part of the offeror's team and supported by a signed teaming agreement. The definition of a "recent" project has been revised to include projects 100% completed within seven years prior to the proposal submission. The minimum value for relevant past performance projects is $50,000, not $100,000, and they must be within the Maryland, Virginia, or Washington D.C. area for complexity. Resumes are not required as part of the initial submission, and CPARS/PPQs do not count against page limits. The document also specifies font requirements (Arial, size 11), revised attachments (E, F, G) with 10 rows, and confirms the acceptance of non-federal past performance. Financial statements (annual for 2022-2024) are preferred over P&L statements, and profit should be included in burdened labor rates, not as a separate line item. Subcontractor office locations can satisfy the proximity requirement, and specialized credentials can be held by any team member. The Technical Specialist position requires a BS and 10 years of experience plus a PhD or equivalent, while a Senior Engineer needs a PE license in DC, MD, or VA.
REVISED Attachment F_Table 2 Wastewater dated 8 October 2025_Amendment 0004.docx
Word30 KBNov 3, 2025
AI Summary
ATTACHMENT F - TABLE 2 (WASTEWATER) outlines specialized experience requirements for wastewater projects, likely for government RFPs or grants. Key areas include wastewater evaluation, investigation, reuse, inflow and infiltration studies, and POTW pretreatment applications. It also covers permit compliance sampling and analysis, sludge and wastewater characterization, and the preparation of operation and maintenance manuals for treatment plants. Other critical areas are sludge management and disposal, industrial wastewater management and pollution minimization, and conveyance system mapping using GIS. The document further specifies experience in preparing NPDES permit applications and monitoring reports for wastewater collection and treatment systems, conducting plant operational evaluations, industrial wastewater surveys, providing operator training, and illicit discharge studies. Each area is associated with a project number, indicating a structured approach to project identification and tracking.
REVISED Attachment E_Table 1 Stormwater dated 8 October 2025_Amendment 0004.docx
Word23 KBNov 3, 2025
AI Summary
ATTACHMENT E - TABLE 1 (STORMWATER) outlines specialized experience categories related to stormwater management and Low Impact Development (LID) facilities. The document lists key areas such as the survey, inspection, and design of LID facilities and stormwater Best Management Practices (BMPs), including post-construction award services. Other critical tasks include the preparation and review of documentation for LID and BMP features, development of maintenance manuals, and inventory and documentation of these features. The table also covers assessing stormwater system conditions, performing maintenance and repairs, and providing permit application support. Furthermore, it details identifying non-point source pollution, investigating illicit discharges, and conducting stormwater and ambient water quality sampling and analysis. Finally, the document highlights the development of GIS data and computer-aided design and drafting, along with creating stormwater pollution prevention plans and site compliance evaluations. Each specialized experience is assigned a project number, indicating a structured approach to project management within this domain.
REVISED Attachment G_Table 3 Drinking Water dated 8 October 2025_Amendment 0004.docx
Word30 KBNov 3, 2025
AI Summary
The document, "ATTACHMENT G - TABLE 3 (DRINKING WATER)," outlines specialized experience requirements for projects related to drinking water systems. These requirements include source water protection, water quality evaluations, sanitary surveys, water leakage investigations, and water audits. Also essential are condition assessments, developing vulnerability assessment/emergency response plans, and completing various studies such as water conservation, corrosion control, and wellhead protection. Further specialized experience involves drinking water characterization sampling and analysis, preparing operation and maintenance manuals, evaluating and improving existing drinking water facilities, distribution system mapping using GIS, developing sampling monitoring plans, and hydraulic modeling of distribution systems. This comprehensive list indicates the diverse expertise sought for drinking water infrastructure and management projects, likely for government RFPs or grants.
SCA WD 2015-4329_VA_8JULY2025_Amendment 0004.pdf
PDF48 KBNov 3, 2025
AI Summary
This document outlines wage determinations for service contracts in King George County, Virginia, under the Service Contract Act. It specifies minimum wage rates based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, with annual adjustments. The file details specific wage rates for numerous occupations across various fields, including administrative support, automotive service, healthcare, and IT. It also mandates fringe benefits like health & welfare, vacation, and eleven paid holidays. Special provisions cover paid sick leave under EO 13706, hazardous pay differentials, and uniform allowances. A conformance process is detailed for unlisted job classifications, requiring contractors to propose rates for approval by the Wage and Hour Division.
SCA WD 2015-4281_DC_8JULY2025_Amendment 0004.pdf
PDF48 KBNov 3, 2025
AI Summary
This document is a Wage Determination under the Service Contract Act, outlining minimum wages and fringe benefits for various occupations in the District of Columbia, specific counties in Maryland, and Virginia. It specifies hourly rates for over 150 job classifications, along with details on health and welfare benefits (including provisions for Executive Order 13706 paid sick leave), vacation accrual, and eleven paid holidays. The document also provides guidance on Executive Order minimum wage rates ($17.75 per hour for contracts on or after January 30, 2022, and $13.30 per hour for earlier contracts not renewed), hazardous pay differentials, and uniform allowances. Special instructions for computer employees and air traffic controllers/weather observers regarding exemptions and night/Sunday pay are included. A
SCA WD 2015-4265_MD_8JULY2025_Amendment 0004.pdf
PDF48 KBNov 3, 2025
AI Summary
This government wage determination (No. 2015-4265, Revision No.: 31, dated 07/08/2025) outlines minimum wage rates and fringe benefits for service contract employees in specific Maryland counties (Anne Arundel, Baltimore, Baltimore City, Carroll, Harford, Howard, Queen Anne's). It specifies minimum hourly wages based on Executive Orders 14026 ($17.75) and 13658 ($13.30), depending on the contract award or renewal date. The document lists numerous occupational categories with corresponding hourly rates. Fringe benefits include health and welfare, vacation, and eleven paid holidays. Special provisions cover computer employees, air traffic controllers, weather observers, hazardous pay differentials, and uniform allowances. It also details the conformance process for unlisted job classifications.
Amendment 0004 SF30.pdf
PDF607 KBNov 3, 2025
AI Summary
Amendment 0004 modifies solicitation N4008025R1006 for multi-media environmental compliance services, with a focus on Stormwater, Wastewater, and Drinking Water. Key changes include providing government responses to Pre-Proposal Inquiries, updating Service Contract Act Wage Determinations, and revising Attachments C, E, F, and G (Price Template, Stormwater, Wastewater, and Drinking Water tables). The Performance Work Statement/Statement of Work (Section C) and Price and Solicitation Submittal Requirements (Section M) are also revised. Technical evaluation factors, specifically Corporate Experience (Factor 2) and Past Performance (Factor 4), have been updated with new definitions for
Amendment 0003 SF 30.pdf
PDF643 KBNov 3, 2025
AI Summary
Amendment 0003 to Solicitation N40080-25-R-1006 extends the proposal due date from October 7, 2025, to October 28, 2025, at 2:00 PM ET. This modification, issued by NAVFACSYSCOM WASHINGTON, also reduces the contractor's obligation to deliver minimum and maximum amounts from $50,000 to $0 and $45,000,000 to $0, respectively. Offerors must acknowledge this amendment and submit electronic proposals via the PIEE Solicitation Module. Future amendments will address pre-proposal inquiries. Proposals must remain firm for 120 days. All questions must be submitted to Ariana M. Gray by September 8, 2025, at 2:00 PM EST. The government is not responsible for proposal preparation costs, and offerors must monitor SAM.gov and PIEE for updates.
Attachment H_PPQ Form.docx
Word57 KBNov 3, 2025
AI Summary
The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is a standardized five-page document used by the US federal government to evaluate contractor performance for federal solicitations, including RFPs and grants. It gathers comprehensive information on contractors and their past projects, which is completed by both the contractor and the client. The form assesses various aspects of a contractor's work, including quality, schedule adherence, customer satisfaction, management, personnel, cost/financial management, and safety/security. Performance is rated using a defined scale: Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, and Not Applicable. The form facilitates a thorough evaluation of a contractor’s capabilities and past performance to aid in future government contract awards.
Amendment 0006 SF30.pdf
PDF511 KBNov 3, 2025
AI Summary
Amendment 0006 for solicitation N4008025R1006 revises the evaluation factors for award. The solicitation, dated August 20, 2025, now requires the evaluation of price and four non-price factors: Technical/Management Approach, Corporate Experience, Safety, and Past Performance. Corporate experience focuses on the type and volume of work comparable to the requirement, while past performance assesses the relevance of recent efforts and contractor performance. Notably, paragraphs 2 and 3 regarding evaluation factors were removed due to error. Additionally, the response due date for offers has been extended from October 28, 2025, to November 4, 2025. All other terms and conditions of the original solicitation remain unchanged.
N4008025R1006_Revised PPIs dated 15OCT2025_Amendment 0005.pdf
PDF529 KBNov 3, 2025
AI Summary
This document is a Pre-Proposal Inquiry Log for the N40080-25-R-1006 RFP, "Multi-Media Environmental Compliance Services." It addresses 80 questions from prospective offerors regarding proposal requirements and clarifications. Key points include: allowing subcontractor experience for Corporate Experience if supported by a teaming agreement (Amendment 0004); confirming a 7-page limit for Factor 3 (Safety); clarifying that resumes are not required as part of the initial submission; revising the definition of a "recent" project to be 100% complete within seven years prior to the proposal due date; confirming CPARS/PPQs do not count against page limits; establishing Arial 11-point as the standard font; and setting the minimum project value for past performance at $50,000. Additionally, the document clarifies financial submission requirements, intellectual property protection, and personnel qualifications, including PE licensure for Senior Engineers.
Amendment 0005 SF30.pdf
PDF636 KBNov 3, 2025
AI Summary
Amendment 0005 to solicitation N4008025R1006, effective October 15, 2025, revises the government's response to Request for Information (RFI) #35 and clarifies instructions for RFIs #25 and #50. Offerors are now required to submit a single set of burdened rates (excluding profit), with profit to be negotiated at the task order level. The revised RFI log, including the updated response to RFI #35, is attached as "N4008025R1006_Revised PPIs dated 15OCT2025_Amendment 0005." All other terms and conditions of the original solicitation remain unchanged. Acknowledgment of this amendment is mandatory with proposal submission.
REVISED Attachment C_Price Template_N4008025R1006_9OCT2025_Amendment 0004.xlsx
Excel23 KBNov 3, 2025
AI Summary
The provided government file outlines labor categories and associated hours, primarily for a five-year contract with a six-month extension option under FAR 52.217-8. The document lists various roles, including project managers, engineers, scientists, field technicians, and administrative staff, along with their total estimated hours. The second section of the document, which details 'Hourly Burdened Rate' for each labor category across five years and the option period, is noted to be automatically calculated by the government. The file serves as a template for offerors to understand the scope of work in terms of labor allocation, though the financial details (hourly rates and total costs) are left blank for government calculation.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJul 29, 2025
amendedAmendment #1· Description UpdatedJul 31, 2025
amendedAmendment #2Aug 21, 2025
amendedAmendment #3Aug 26, 2025
amendedAmendment #4Oct 2, 2025
amendedAmendment #5Oct 7, 2025
amendedAmendment #6Oct 8, 2025
amendedAmendment #7Oct 9, 2025
amendedAmendment #8Oct 15, 2025
amendedLatest AmendmentNov 3, 2025
deadlineResponse DeadlineOct 28, 2025
expiryArchive DateOct 15, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NAVFACSYSCOM WASHINGTON

Point of Contact

Official Sources