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 NAVFACSYSCOM Far East office, is soliciting proposals for Environmental Testing Services at various U.S. Navy, Marine Corps, Army, and Air Force bases and facilities within the NAVFAC Far East area of responsibility. The contract aims to ensure compliance with federal environmental regulations and address potential hazards at military installations, highlighting the critical nature of environmental testing in defense operations. Interested contractors are encouraged to review the Performance Work Statement available on SAM.gov and submit their proposals, including past performance questionnaires and safety management details, by the specified deadlines. For inquiries, 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 pertains to RFP N40084-24-R-0060, which seeks Environmental Testing Services at various U.S. Navy, Marine Corps, Army, and Air Force bases and facilities within the NAVFAC Far East area of responsibility. It includes a Question & Answer form allowing prospective offerors to submit inquiries concerning the Request for Proposals. Key elements of the RFP likely encompass the project requirements, evaluation criteria, and timelines for submission. Additionally, the document underscores the importance of environmental testing to ensure compliance with federal regulations and address potential environmental hazards at military installations. The clarity and detail provided in responses to questions are intended to facilitate a transparent bidding process and ensure that contractors understand the scope and expectations of the contract. The focus is on fostering a competitive environment where qualified firms can provide services essential for maintaining environmental standards in defense settings.
    Attachment B of the N40084-24-R-0060 document outlines a Project Data Sheet for federal contracting proposals. It serves as a structured form for contractors to present their experience, roles, and the details of previous projects relevant to the RFP. Key sections include identification of the firm, the nature of work performed (prime contractor, subcontractor, or joint venture), contract information, award and completion dates, and type of contract. The document explicitly requests details on project costs, complexities involved, and the relevance of past projects to the current proposal requirements. Additionally, there is a need for detailed descriptions of the work self-performed and any additional notes on the project’s scope. The purpose of this attachment is to ensure that bidders provide comprehensive and relevant information to demonstrate their competencies and capability to undertake the work specified in the RFP, contributing to informed decision-making on contract awards.
    This document, Attachment C - Safety, dated August 12, 2024, outlines the safety requirements for offerors submitting proposals in response to government RFPs. It emphasizes the need for comprehensive data on labor hours and safety incidents over the last five years, including any fatalities and corrective actions taken. Offerors must detail their Safety Management System (SMS), focusing on key components like management involvement, employee participation, hazard prevention and control, worksite analysis, and safety training. Additionally, the file requires a description of the selection process for potential subcontractors and the methods to ensure their compliance with safety standards, as well as that of the offeror's own employees. Ultimately, this document reinforces the importance of a robust safety framework in project execution, aligning with federal and state guidelines for contractor safety management.
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is designed to evaluate contractor performance in government contracts. The document includes sections for contractors to provide their information, contract specifics, and performance details. Contractors must indicate their role (prime contractor, subcontractor, etc.), project complexity, and relevant project experiences. The form requires clients to complete sections regarding their role and provide a signature upon completion. Evaluation ratings range from Exceptional (E) to Unsatisfactory (U), reflecting the contractor's performance level based on various criteria, such as meeting contractual requirements and addressing issues effectively. Each rating includes a brief definition to guide clients in assessing contractor performance. This questionnaire is important in the context of federal RFPs, grants, and local proposals as it helps government agencies gauge the reliability and competency of contractors, which impacts contract award decisions and future project collaborations.
    Similar Opportunities
    BPA(s) for Analytical Lab Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Omaha District, is seeking proposals for Blanket Purchase Agreements (BPAs) for Analytical Lab Services to support environmental restoration initiatives. The procurement aims to secure analytical services for chemical analysis, toxicity testing, microbiological assessments, and other environmental testing across various matrices, primarily from Formerly Used Defense Sites (FUDS). These services are crucial for obtaining legally defensible environmental data and ensuring compliance with stringent quality standards, including ISO/IEC 17025:2017 certification. Interested vendors must submit their proposals electronically by September 16, 2024, with a total contract value capped at $450,000 over five years. For further inquiries, potential bidders can contact Robert E. Tamisiea at robert.e.tamisiea@usace.army.mil or Christopher Kueffer at christopher.r.kueffer@usace.army.mil.
    U.S. Army Environmental Command (USAEC) Environmental Data Management System (EDMS)
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers is seeking proposals for the Environmental Data Management System (EDMS) to support the U.S. Army Environmental Command (USAEC) across multiple military installations, including Joint Base Lewis-McChord, Fort Hunter Liggett, and Yakima Training Center. The primary objective is to establish a secure and fully functional database portal that enables real-time data management and reporting of environmental testing results, particularly concerning contaminants like Per- and Polyfluoroalkyl Substances (PFAS). This initiative is crucial for maintaining environmental stewardship and ensuring compliance with federal regulations while providing stakeholders with transparent access to critical data. Interested small businesses must submit their proposals electronically by September 19, 2024, and can direct inquiries to Tracey Neal at tracey.neal@usace.army.mil or Robert Marsh at robert.g.marsh@usace.army.mil.
    36 CES/CEN PMO Building 27003 Asbestos/Hazmat Testing
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for asbestos and hazardous materials testing at Building 27003, Andersen Air Force Base in Guam. The procurement is a total small business set-aside and aims to conduct a thorough asbestos survey and hazmat testing in compliance with federal regulations, with a performance timeline not exceeding 45 days post-contract award. This initiative underscores the importance of environmental safety and compliance in federal projects, ensuring proper identification and management of hazardous materials. Interested contractors must submit their proposals by September 13, 2024, and can direct inquiries to Coree Asprer at coree.asprer.1@us.af.mil or Tommyjay Taitano at tommyjay.taitano@us.af.mil.
    Preventive Maintenance Program and Service Orders for Septic Tank Systems at Yokohama City Area in the U.S. Commander Fleet Activities Yokosuka (CFAY), JAPAN by Combination Contract of Recurring Work & Non-Recurring Work Items
    Active
    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 and Service Orders for septic tank systems at the U.S. Commander Fleet Activities Yokosuka (CFAY) in Japan. The contract will be structured as an Indefinite-Delivery Indefinite-Quantity (IDIQ) agreement, encompassing both recurring and non-recurring maintenance services over a base period and four one-year option periods, aimed at ensuring the effective management and compliance of septic systems critical to military operations. Proposals must be submitted in Japanese Yen, with a deadline set for September 25, 2024, and inquiries directed to Ms. Mariko Fukuoka at mariko.fukuoka.ja@fe.navy.mil. This opportunity emphasizes the importance of maintaining environmental standards and operational efficiency within U.S. military infrastructure abroad.
    EMI Testing
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for electromagnetic interference (EMI) testing services related to the AEGIS MK6 MODX Data Acquisition Processor and its associated enclosures. The procurement involves comprehensive testing phases, including preparation, execution, and post-testing documentation, in compliance with military standards such as MIL-STD-461G. This initiative is critical for ensuring the reliability and performance of defense systems, underscoring the government's commitment to maintaining national defense capabilities. Interested contractors must submit their quotes by September 3, 2024, with an anticipated award date later that month; for inquiries, contact Terrence Turner at terrence.o.turner.civ@us.navy.mil or 540-742-8853.
    FY24 BROAD AGENCY ANNOUNCEMENT FOR INNOVATIVE ENVIROMENTAL TECHNOLOGIES AND METHODOLOGIES
    Active
    Dept Of Defense
    FY24 BROAD AGENCY ANNOUNCEMENT FOR INNOVATIVE ENVIRONMENTAL TECHNOLOGIES AND METHODOLOGIES The Department of Defense, specifically the Department of the Navy, is seeking innovative environmental technologies and methodologies through a Broad Agency Announcement (BAA) issued by the Naval Facilities Engineering and Expeditionary Warfare Center (NEXWC). This BAA is open for one year from the date of publication and replaces a previous announcement. The purpose of this BAA is to find technologies and methodologies that can reduce environmental impacts from current and past Navy operations. These technologies and methodologies should be new, innovative, advance the state-of-the-art, or increase knowledge or understanding of a technology or methodology. The BAA applies to Navy installations worldwide. The BAA is divided into seven topic areas: Environmental Assessment, Restoration, and Cleanup: Technologies or methodologies to assess and remediate existing pollution generated by military operations, including evaluation of environmental fate and transport, risk reduction, and establishing cleanup goals. Conservation of Natural Resources: Practices to manage operations' impacts, protect rare and endangered species, and comply with environmental legislation. Unexploded Ordnance (UXO): Technologies or methodologies for detecting, locating, de-energizing, disposing, or remediating UXO generated by military operations. Technologies and Methodologies Addressing Emerging Chemicals: Solutions for addressing chemicals detected in global drinking water supplies at trace levels, such as per- and polyfluoroalkyl substances (PFAS) and pharmaceuticals. Environmental Compliance: Process design changes or management practices to facilitate the Navy's compliance with environmental regulatory requirements. Resilient Infrastructure Crucial for Enduring Environmental Protection: Methods, processes, tools, equipment, and facilities to assess and minimize environmental impacts and climate change affecting installation mission readiness. Remote Sensing and Web-Based Data Processing, Modeling, and Reporting of Environmental Data: Use of unmanned aircraft systems and other technologies for monitoring and interpreting environmental data. Interested parties can submit abstracts/white papers specific to one of the topic areas. Abstracts will be evaluated based on relevance and merit by a Government Technical Evaluation Board (TEB) consisting of experts in environmental technology areas. Successful abstracts will be posted on a protected website for DoD use only. When an abstract aligns with a customer need and funding, the NEXWC contracting office may request a full proposal. The evaluation of abstracts will consider technical factors such as scientific/technical merits, qualifications and experience of key personnel, past performance, and cost relative to the proposed approach. Contracts awarded will have an average duration of one to three years. It is important to note that submitting an abstract does not guarantee a contract, and NEXWC reserves the right to select any, all, or none of the proposals received. Offerors must be registered with the System for Award Management (SAM) to be eligible for contract awards. This BAA does not have any solicitation documents other than the submission form, and there is no commitment by the Navy to make any contract awards or be responsible for any expenses incurred by offerors before a contract award. The BAA allows for sharing qualified abstracts with other Federal Government activities to seek demonstration sites and/or funding. Histor
    R--Services to perform remedial activities and environmental contaminated sites predominately at Navy and Marine Corps installations.
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY: Services to performing remedial activities at environmentally contaminated sites predominately at Navy and Marine Corps installations. This procurement is seeking services for performing remedial activities at environmentally contaminated sites, primarily at Navy and Marine Corps installations. The sites include those ranked on the Superfund National Priority List (NPL) and non-NPL sites regulated under various environmental acts. The work will be performed at various locations within Naval Facilities Engineering Command, Southwest (NAVFAC SW) footprint, with a focus on California. The contract may be a Multiple Award Contract with a maximum value of $240M. Small and large businesses may be eligible to participate. An Industry Day will be held on July 25, 2016, in San Diego, CA, for interested firms to learn more about the technical services required.
    Water Testing & Treatment Service
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Jacksonville, is seeking qualified small businesses to provide Water Testing and Treatment Services for the Engineering Training Lab at Naval Station San Diego, California. The services are essential for maintaining the efficiency of water cooling towers that utilize fresh water, which is prone to bacterial growth that can hinder cooling operations. Interested contractors are invited to submit their capabilities and organizational experience by 10:00 P.M. (EST) on September 18, 2024, as this opportunity is part of market research and will lead to a firm fixed price non-personal services contract with a twelve-month base period. For further inquiries, interested parties may contact DeAundrae Rogers at deaundrae.l.rogers1@navy.mil or Preston Grant at preston.grant@navy.mil.
    BPA for Asbestos and Mold Testing
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Blanket Purchase Agreement (BPA) for asbestos and mold testing services at the McAlester Army Ammunition Plant in Oklahoma. The procurement aims to engage AHERA-accredited building inspectors to conduct inspections of suspected asbestos-containing materials (ACM) in compliance with EPA regulations, which include sampling, documentation reviews, and laboratory analysis. This initiative is crucial for hazard identification and remediation, ensuring safety and compliance with environmental regulations. Proposals are due by September 10, 2024, and must be submitted to Regina Gibson at regina.l.gibson7.civ@army.mil, with the contract expected to be awarded for the period from September 16, 2024, to September 15, 2025.
    Professional Services to support the Navy’s Public Works Business Line for work predominantly within the NAVFAC Atlantic Area of Responsibility (AOR)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for professional services to support the Navy’s Public Works Directorate, primarily within the NAVFAC Atlantic Area of Responsibility. The contract, identified as N6247023R9002, encompasses a range of services including operational support, logistics management, facility condition assessments, and energy efficiency surveys, with a total contract value of up to $60 million over a maximum term of five years. This procurement is critical for enhancing the efficiency and effectiveness of public works services, ensuring compliance with regulations, and promoting small business participation through subcontracting commitments. Proposals are due by 2:00 PM on October 2, 2024, and interested parties can contact Weston Polen at weston.c.polen.civ@us.navy.mil or Amber Forehand-Hughes at amber.l.forehand-hughes.civ@us.navy.mil for further information.