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
    MARINE AND BIOLOGICAL RESOURCES MONITORING AND PROGRAM MGMT SVCS at Various Locations - Naval Facilities Engineering Commands Atlantic and Pacific area of Responsibility Worldwide
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is seeking proposals for Marine and Biological Resources Monitoring and Program Management Services across various locations worldwide. The contract aims to support environmental compliance and reporting requirements, focusing on marine species monitoring, including surveys and assessments related to protected species such as marine mammals and sea turtles. This initiative is critical for ensuring adherence to environmental laws and enhancing the understanding of marine ecosystems in relation to Navy operations. The contract has a maximum value of $75 million, covering a base year and four optional years, with proposals due by March 11, 2025. Interested parties can contact Nicole Smith at Nicole.smith100.civ@us.navy.mil or call 757-322-4649 for further information.
    Indoor Small Arms Range (ISAR) Cleaning and Ventilation System Maintenance Services at U.S. MCAS Iwakuni, Japan
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Far East, is seeking proposals for Indoor Small Arms Range (ISAR) Cleaning and Ventilation System Maintenance Services at the U.S. Marine Corps Air Station in Iwakuni, Japan. The procurement aims to secure comprehensive maintenance services, including both recurring and non-recurring tasks, to ensure the operational integrity and safety of the indoor ranges, with a focus on compliance with federal standards. This contract is critical for maintaining the functionality and safety of military training facilities, reflecting the government's commitment to high operational standards. Proposals are due by 11:00 AM local time on March 10, 2025, and interested contractors should direct inquiries to Janofsky Herrion at janofsky.herrion@usmc.mil or Martin Hansen at martin.hansen@usmc.mil.
    SONAR DOME RUBBER WINDOW SERVICE
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting proposals for Sonar Dome Rubber Window (SDRW) testing and inspection services at the SRF Yokosuka in Japan. This procurement aims to ensure the operational readiness of U.S. Navy ships by providing essential maintenance services, with a firm, fixed-price contract anticipated. The work is scheduled to take place from May 12 to May 16, 2025, and is part of a total small business set-aside initiative, emphasizing the Navy's commitment to engaging small and service-disabled veteran-owned businesses. Interested contractors must submit their proposals by noon on March 7, 2025, and can direct inquiries to Ferbien Encomienda at 360-476-7587 or via email at Ferbien.O.Encomienda.CIV@us.navy.mil.
    SPE603-25-R-0503 DFSP Norwalk and DFSP San Pedro Environmental Services
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for environmental services at the Defense Fuel Support Points (DFSP) in Norwalk and San Pedro, California, under solicitation SPE603-25-R-0503. The procurement aims to secure indefinite-delivery indefinite-quantity (IDIQ) firm fixed-price contracts for environmental remediation, compliance, and facility maintenance services, with a primary goal of site closure and restoration while adhering to regulatory requirements. This initiative is crucial for managing environmental liabilities and ensuring compliance with federal, state, and local regulations, particularly concerning contamination from petroleum hydrocarbons and per- and polyfluoroalkyl substances (PFAS). Interested parties must register in the System for Award Management (SAM) and submit their proposals by the specified deadlines, with a total estimated funding of $2.5 million for Norwalk and $7 million for San Pedro, and a performance period from July 1, 2025, to June 30, 2029, with an option for a six-month extension. For further inquiries, contact Rhoji Fernandez at Rhoji.Fernandez@DLA.mil or Mark A. Laskoski at mark.laskoski@dla.mil.
    OPERATION AND MAINTENANCE SERVICES FOR SWIMMING POOL WATER TREATMENT SYSTEMS AT U.S. FLEET ACTIVITIES, SASEBO, JAPAN
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Far East, is soliciting bids for operation and maintenance services for swimming pool water treatment systems at U.S. Fleet Activities in Sasebo, Japan. The procurement requires contractors to provide both recurring and non-recurring maintenance work, ensuring compliance with a Performance Work Statement (PWS) that emphasizes safety and operational efficiency in pool facilities. This contract is vital for maintaining the quality and safety of recreational facilities used by military personnel and their families. Interested contractors must submit their bids by March 28, 2025, at 10:00 AM, and can direct inquiries to Masayo Sonoda at masayo.sonoda.ln@us.navy.mil or by phone at 01181956502394.
    FY24 BROAD AGENCY ANNOUNCEMENT FOR INNOVATIVE ENVIROMENTAL TECHNOLOGIES AND METHODOLOGIES
    Buyer not available
    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
    IFB - Facility System Maintenance Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM FAR EAST, is soliciting bids for Facility System Maintenance Services. This procurement aims to ensure the effective maintenance and operation of various administrative facilities and service buildings, which are critical for supporting military operations. The services required will fall under the NAICS code 561210, focusing on facilities support services, and will be governed by the PSC code Z1AZ, which pertains to the maintenance of administrative facilities. Interested contractors can reach out to Keiko Ujiie at keiko.ujiie2.ln@us.navy.mil or call 819-565-02502 for further details regarding the solicitation process.
    Waste Water/Water Treatment Sampling
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for water quality testing services at the Marine Corps Air Station (MCAS) Cherry Point in North Carolina. The contract requires laboratory analysis to ensure compliance with environmental regulations, including certified analysis according to North Carolina's standards, and encompasses a base period of 12 months with a potential one-year extension. This procurement is crucial for maintaining environmental compliance and ensuring high standards of service in water quality management. Interested contractors must submit their proposals by 4:00 PM on March 7, 2025, and can direct inquiries to Aaron Avery at aaron.m.avery.civ@usmc.mil or Larry Davis at larry.davis1@usmc.mil.
    EV35, Newport, Site 8, Phase 2 Injection RA, RAOMAC
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the environmental remediation services at the Naval Weapons Industrial Reserve Plant in Bethpage, New York, specifically for the Phase 2 Injection Remedial Action at Site 8. The contract encompasses long-term operations, maintenance, and monitoring of remediation systems at Sites 1 and 4, including groundwater sampling, waste management, and compliance with environmental regulations, with a project duration of 24 months starting April 1, 2025. This procurement is critical for ensuring environmental safety and regulatory compliance, reflecting the government's commitment to effective environmental management. Interested small businesses must submit their proposals electronically by March 11, 2025, at 2:00 PM EDT, and can direct inquiries to Georgia Scott at georgia.scott@navy.mil or by phone at 757-341-0691.
    CCP OD BOX SERVICE
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Puget Sound, is soliciting proposals for the controllable pitch propeller (CPP) oil distribution box service to support the U.S. Naval Ship Repair Facility in Sasebo, Japan. The selected contractor will be responsible for providing technical assistance, oversight, and guidance for the removal and installation of the CPP system, ensuring compliance with safety, environmental regulations, and military access protocols. This service is critical for maintaining the operational readiness of naval vessels, emphasizing the importance of adhering to strict contract requirements and risk assessments. Proposals are due by 12:00 PM on March 10, 2025, with the project scheduled to take place from March 17 to May 1, 2025. Interested parties can contact Ferbien Encomienda at 360-476-7587 or via email at Ferbien.O.Encomienda.CIV@us.navy.mil for further information.