Environmental Testing Services Contract at Various U.S. Navy, Marine Corps, Army and Air Bases and Facilities throughout NAVFAC Far East Area of Responsibility
ID: N4008424R0060Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM FAR EASTFPO, AP, 96349-0013, USA

NAICS

Testing Laboratories and Services (541380)

PSC

SPECIAL STUDIES/ANALYSIS- ENVIRONMENTAL ASSESSMENTS (B510)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is soliciting proposals for Environmental Testing Services at various U.S. Navy, Marine Corps, Army, and Air Force bases within the NAVFAC Far East Area of Responsibility. The procurement aims to ensure compliance with federal environmental regulations and standards, emphasizing the importance of environmental safety and operational integrity at military installations. Interested contractors should be prepared to provide detailed proposals that demonstrate their relevant experience and capabilities, with the proposal submission deadline extended to February 27, 2025, at 2:30 PM Japan Standard Time. For further inquiries, potential offerors can contact Yuka Kondo at yuka.kondo.ln@us.navy.mil or Ross Yamato at ross.w.yamato.civ@us.navy.mil.

    Files
    Title
    Posted
    The document outlines a Question & Answer Form for the RFP N40084-24-R-0060, which pertains to the Environmental Testing Services Contract at various U.S. Navy, Marine Corps, Army, and Air Force bases and facilities under NAVFAC Far East. The form includes numbered queries from offerors regarding different sections of the request for proposal, signaling a collaborative approach to clarifying expectations and requirements. Each question is strategically linked to specific sections or documents, including the Performance Work Statement (PWS) and RFP documents, underscoring the structured nature of the procurement process. This initiative emphasizes the importance of environmental testing services to ensure compliance with federal regulations and standards at military facilities, reflecting the government’s commitment to maintaining operational integrity and environmental safety across its installations. Overall, this document serves as an important tool for potential contractors seeking to understand the scope of work and requirements tied to this federal procurement opportunity.
    The document outlines the Schedule of Work related to environmental services under a federal contract (N40084-24-R-0060). It specifies both recurring and non-recurring work for various environmental monitoring tasks, such as drinking water and air quality assessments, to be performed during specified periods. The Work Breakdown Structure includes multiple Contract Line Item Numbers (CLINs) detailing services, quantities, and unit prices for activities like drinking water monitoring, air emissions tests, and demographic reporting, among others. Each CLIN is further divided into sub-items distinguishing recurring work (e.g., regular monitoring) and non-recurring work (e.g., specific testing events). The outlined tasks emphasize compliance with applicable laws and standards, ensuring safety and quality in environmental practices. This document serves as part of the government's procurement framework for selecting contractors responsible for critical environmental assessments and interventions. It encapsulates the government's commitment to maintaining stringent environmental regulations while fostering transparency in contracts and deliverables.
    The document is an RFP project data sheet titled "N40084-24-R-0060 Attachment B," designed for potential offerors to provide detailed information about their project-related experience. It outlines requirements for submissions, which include the firm’s name, address, DUNS number, and other contact details. Offerors must specify their role (prime contractor, subcontractor, or joint venture) and provide information on project contracts, deliverables, completion dates, and tasks performed according to specified sections related to drinking water, wastewater, air emissions, and industrial waste. The document requires detail about the complexities involved in the work, project descriptions, and the extent of self-performed work. Furthermore, it asks for insights into the project's size, scope, and relevant complexities to the RFP. The structure emphasizes clarity and thoroughness in demonstrating eligibility and capability for the awarded projects. This data sheet serves a vital role in facilitating the evaluation of offerors' abilities to meet the government’s project requirements effectively.
    The document N40084-24-R-0060 Attachment B is a Project Data Sheet used for collecting key information from offerors or subcontractors responding to a government Request for Proposal (RFP). It gathers details including firm identification, project involvement (as a prime contractor, subcontractor, or joint venture), contract specifics, and project complexity. The form requires the award amount, type of work performed, and a description of the relevance of past projects to the current RFP requirements. Additionally, it explores the self-performed work percentages and tasks carried out. Participation and performance complexities related to environmental projects encompassing drinking water, wastewater, air emissions, and industrial waste management are notably emphasized. The main goal is to ensure potential contractors demonstrate their relevant experience and capabilities effectively, supporting the procurement process and management of government contracts through structured data collection. This comprehensive overview aims to facilitate a streamlined assessment of contractor qualifications in relation to federal grants and RFPs.
    The document titled "Attachment C - Safety" outlines requirements for Offerors responding to a federal RFP, specifically focusing on safety management practices over a specified five-year period. Offerors are required to provide detailed statistics, including labor hours, fatalities, and work-related incidents. Importantly, any years without data must be explained, and any fatalities must be thoroughly analyzed, addressing root causes and corrective measures. Additionally, the document specifies the need for a comprehensive description of the Offeror’s Safety Management System (SMS), highlighting the roles of management and employee involvement, hazard prevention and control, worksite analysis, and safety training. Offerors must detail their processes for selecting subcontractors and ensuring their safety compliance throughout the project. This attachment emphasizes the significance of safety protocols in government contracting, aiming to foster a culture of safety and accountability among all parties involved in the project. The structure of the document serves to guide Offerors in providing information critical to assessing their safety competence and compliance capabilities.
    The NAVFAC/USACE Past Performance Questionnaire (PPQ) is designed to gather contractor performance information relevant to government projects. Contractors complete sections concerning their organizational details, the nature and complexity of the work performed, contract specifics such as type, location, and financial data, and a project description discussing relevance to current submissions. The document emphasizes the evaluation of contractor performance using a rating system ranging from Exceptional (E) to Unsatisfactory (U), defining expectations for each category based on contractual performance and problem resolution. The client's role and evaluation of the contractor's performance are captured, as well as client verification through a signature. This structured approach serves to aid government agencies in assessing past performance, which is critical in the evaluation of proposals for federal grants and Requests for Proposals (RFPs), ensuring accountability and quality in government contracting.
    The document is an amendment to a government solicitation and contract (ID: N4008424R0060) issued by NAVFAC Far East. The primary purpose of this amendment, designated as Amendment 0001, is to revise the proposal due date from October 8, 2024, to October 18, 2024, at 2:30 PM Japan Standard Time (JST). Importantly, the amendment does not extend the deadline for inquiries, meaning all questions must still be submitted by the original deadline. Additionally, all terms and conditions of the initial solicitation remain unchanged and in full force. The amendment instructs contractors to acknowledge receipt of this change, which is critical for the validity of their proposals. This amendment exemplifies the procedural requirements and modifications typical in government RFPs, ensuring all parties are informed of important updates and compliance expectations. The document complies with federal guidelines and reflects the administrative processes involved in public contracting.
    The document is an amendment to a federal solicitation related to a contract identified as N4008424R0060. The amendment serves to update various attachments, specifically the Performance Work Statement, Price Proposal Form, and Project Data Sheet, all revised as of October 8, 2024. Importantly, this modification does not extend the proposal due date, and all other terms and conditions remain unchanged. The contracting officer's sign-off signifies the official affirmation of these updates. This amendment is crucial for ensuring that potential contractors have the most current information necessary for their submissions, aligning with government practices in RFP management. The structured format includes sections for identifying contracting details, purpose of the changes, and clear instructions for offer acknowledgment, standard practice in federal contracting to maintain transparency and compliance. Overall, the document reflects the government's ongoing commitment to clarity and efficiency in its procurement processes.
    This document is an amendment to a solicitation, specifically AMENDMENT 0003, for contract N4008424R0060 issued by NAVFAC FAR EAST. The primary purpose is to extend the proposal submission deadline from October 18, 2024, to February 27, 2025, at 2:30 PM Japan Standard Time (JST). This extension applies to offerors already identified within the competitive range. Additionally, the amendment replaces the previous Performance Work Statement (PWS) dated October 8, 2024, with a new version dated January 23, 2025. All other terms of the solicitation remain unchanged. The amendment outlines the importance of formal acknowledgment of receipt to avoid rejection of offers and specifies that contractors may alter previously submitted offers under set conditions. This document serves to maintain clarity and compliance within the procurement process, ensuring that all identified parties are adequately informed and that updates to the requirements are effectively communicated.
    The Department of the Navy's Naval Facilities Engineering Systems Command Far East has issued a Request for Proposal (RFP) for Environmental Testing Services at various military installations across the NAVFAC Far East Area of Responsibility. The document outlines critical information and responses to vendor inquiries regarding RFP N40084-24-R-0060. Key points include clarification on performance report submissions under multiple task orders of the same Indefinite Delivery/Indefinite Quantity (IDIQ) contract, the limited availability of local vendors for specific analyses, and the allocation of transportation costs related to sample shipment for EPA analysis. The responses also address concerns about limitations on quantities and types of services provided under "Urgent Turnaround Time" and "Expedited Service." These clarifications aim to facilitate vendors' proposals while ensuring compliance with governmental requirements. Overall, the notice serves to maintain fair and transparent procedures for contracting environmental testing services essential for military operations.
    The Department of the Navy is issuing Request for Proposals (RFP) N40084-24-R-0060 for Environmental Testing Services across multiple U.S. military bases in the NAVFAC Far East area. The document outlines responses to Requests for Information (RFIs) regarding specific operational procedures and service requirements, addressing concerns about urgent turnaround times, expedited services, and the environmental impact of printed reports. It clarifies that urgent and expedited services are not governed by prescribed pricing methodologies and allows for flexible arrangements in staffing and sampling at various sites. The document emphasizes requirements related to sampling, analysis, and reporting for contaminated water and relevant methodologies, stipulating a collaborative approach in managing quantities and tasks performed. The RFP ultimately aims to streamline environmental testing protocols while ensuring compliance with safety regulations and efficient operational practices.
    Similar Opportunities
    Naval Weapons Station Earle Environmental Laboratory Services
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking proposals from qualified small businesses for Environmental Laboratory Services at the Naval Weapons Station Earle in Colts Neck and Leonardo, New Jersey. The contractor will be responsible for providing all labor, equipment, supplies, and supervision necessary for sampling, certified laboratory analysis, and documentation services related to wastewater and potable water testing. This procurement is critical for ensuring compliance with environmental regulations and maintaining water quality standards, with the contract structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) agreement, featuring a 12-month base period starting March 1, 2026, and four optional 12-month periods. Interested parties must submit their proposals by January 14, 2026, and can direct inquiries to James Martin at james.j.martin3.civ@us.navy.mil or Shelley Toribio at shelley.toribio@navy.mil.
    PMP for Water Facilities Circulation Systems
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Far East, is soliciting proposals for a Preventive Maintenance Program (PMP) for water facilities circulation systems at the U.S. Commander Fleet Activities Yokosuka (CFAY) in Japan. The procurement aims to establish a combination contract that includes both recurring and non-recurring maintenance services for these critical water supply facilities. This initiative is vital for ensuring the operational integrity and reliability of water systems essential for military readiness and support. Interested contractors should contact Mayumi Ikeno at mayumi.ikeno.ln@us.navy.mil or call 046-816-4201 for further details regarding the solicitation process.
    Environmental Remedial Action Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Atlantic, is seeking proposals for an Environmental Remedial Action Multiple Award Contract aimed at small businesses. This contract will focus on the repair, alteration, and restoration of real property, addressing environmental remediation needs. Such contracts are crucial for maintaining compliance with environmental regulations and ensuring the safety and sustainability of military installations. Interested parties can reach out to Mary Lassiter at mary.lassiter@navy.mil or call 757-322-4593 for further details regarding the procurement process.
    PMI for Fire Protection and IDS at CFAY
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Far East, is soliciting proposals for preventive maintenance and inspection services for fire protection and intrusion detection systems at various locations under the U.S. Commander Fleet Activities, Yokosuka (CFAY) in Japan. The procurement aims to establish a combination contract that includes both recurring and non-recurring service orders for these critical safety systems at sites such as Ikego, Urago, Azuma, Negishi North Dock, Tsurumi, and Nagai. These services are vital for ensuring the operational readiness and safety of facilities within the naval command. Interested contractors can reach out to Ryouhei Shindo at Ryouhei.Shindo.ln@us.navy.mil or by phone at 0081 46 816 7513 for further details regarding the solicitation.
    Multimedia Environmental Compliance Services with an Emphasis on Fuel Storage Tanks/Spill, Air Quality, and Waste/Materials
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Washington, is seeking qualified small businesses to provide Multimedia Environmental Compliance Services, focusing on Fuel Storage Tanks, Spill Management, Air Quality, and Waste/Materials. The contract will encompass a full range of environmental compliance services, ensuring adherence to various federal, state, and local regulations, and will be executed as an Indefinite-Delivery/Indefinite Quantity (IDIQ) contract with firm-fixed price task orders. The total contract value is anticipated to reach a maximum of $45 million over a five-year period, with a minimum guarantee of $50,000, and the Request for Proposals (RFP) is expected to be posted on or around January 7, 2026. Interested firms must register on the Procurement Integrated Enterprise Environment (PIEE) website and the System for Award Management (SAM) database to participate in the procurement process.
    ARCHITECT/ENGINEERING SERVICES FOR ENVIRONMENTAL INVESTIGATIONS, PERMIT APPLICATIONS AND RELATED STUDIES AT VARIOUS NAVY AND MARINE CORPS ACTIVITIES, PACIFIC BASIN AND INDIAN OCEAN AREAS
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific (NAVFAC PAC), is seeking qualified architect-engineer firms to provide professional services for environmental investigations, permit applications, and related studies at various Navy and Marine Corps activities primarily in Hawaii, Guam, Japan, and other locations within the Pacific Basin and Indian Ocean areas. The selected firms will be responsible for a range of services including compliance with environmental regulations, preparation of analytical studies, technical evaluations, and management plans, with a focus on water, wastewater, stormwater, and hazardous waste management. Interested small businesses, including those that are HUBZone, woman-owned, service-disabled veteran-owned, and other small business categories, must submit their qualifications and experience using the Information Summary Matrix by December 29, 2025, at 2:00 PM HST, with a projected contract value of up to $30 million over a potential five-year period. For further inquiries, contact Rachel Isara-Phan at rachel.m.isara-phan.civ@us.navy.mil or Kylee Chun at kylee.k.chun.civ@us.navy.mil.
    Environmental Remedial Action Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Atlantic, is seeking qualified small businesses for an Environmental Remedial Action Multiple Award Contract. This procurement aims to address the repair or alteration of restoration of real property, which is critical for environmental remediation efforts. The selected contractors will play a vital role in executing projects that contribute to the restoration of affected sites, ensuring compliance with environmental regulations. Interested parties can reach out to Mary Lassiter at mary.lassiter@navy.mil or call 757-322-4593 for further details regarding this opportunity.
    Mold and Asbestos Remediation at Vance AFB F713-111
    Dept Of Defense
    The Department of Defense, through ASRC Federal Field Service, LLC, is seeking proposals for mold and asbestos remediation services at Vance Air Force Base in Enid, Oklahoma. The project involves the abatement of hazardous materials in Room 111 of Facility 713, requiring contractors to provide supervision, labor, equipment, and materials while adhering to strict safety and environmental regulations. The total performance period for the project is 75 calendar days, including a 30-day work completion timeframe, and proposals must be submitted electronically by January 5, 2026, at 10:00 AM to the primary contact, Betty S. Kliewer, at betty.kliewer.ctr@us.af.mil. Interested vendors must ensure their registration with the System of Award Management (SAM) is current and complete the necessary vendor paperwork prior to award.
    Hazardous Waste Testing
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for hazardous waste testing services at Schofield Barracks, Hawaii. The procurement involves comprehensive services for hazardous waste sampling, testing, packaging, and transportation to accredited laboratories, adhering to strict environmental regulations and safety standards. This contract is crucial for ensuring compliance with OSHA, EPA, and other regulatory requirements, and includes a Base Year plus four Option Years for performance. Interested small businesses must submit inquiries via email to Travis Tonini at travis.c.tonini.civ@army.mil, with the solicitation anticipated to be issued around December 23, 2025.
    Indefinite Delivery/Indefinite Quantity (IDIQ) Repair and Replace Roof System FY26 at the Commander Fleet Activities Yokosuka, Naval Air Facility Atsugi, and U.S. Government Installations in the Kanto Region, Japan
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East (NAVFAC FE), is seeking qualified contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to repair and replace roof systems at various U.S. Government installations in the Kanto Region, Japan, including Commander Fleet Activities Yokosuka and Naval Air Facility Atsugi. The scope of work encompasses roofing repairs and replacements, along with related tasks such as installing aluminum copings, flashings, drains, and conducting asbestos sampling. This procurement is crucial for maintaining the integrity and safety of the facilities, with an anticipated contract value of up to JPY5,000,000,000 over a five-year ordering period. Interested parties should contact Tomoko Kanzaki at Tomoko.Kanzaki.ln@us.navy.mil or call 046-816-4095 for further information, noting that this is a sources sought notice for market research purposes only and not a request for proposals.