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
    N4008424R0054/ HAZARD WASTE DISPOSAL SUPPORT CONTRACT AT U.S. MARINE CORPS BASE, CAMP KINSER FOR U.S. COMMANDER FLEET ACTIVITIES OKINAWA (CFAO), JAPAN
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is seeking proposals for a Hazard Waste Disposal Support Contract at the U.S. Marine Corps Base, Camp Kinser, Okinawa, Japan. The contract requires qualified contractors to provide comprehensive hazardous waste management services, including collection, transportation, documentation, and management of hazardous waste storage areas, in compliance with Japan Environmental Governing Standards. This procurement is critical for ensuring safe and compliant disposal of hazardous materials, thereby supporting the operational integrity of military activities in the region. Interested contractors must submit their proposals by February 28, 2025, at 14:00 PM JST, and can direct inquiries to Luz Baron at luz.m.baron.civ@us.navy.mil or Amanda Jo at amanda.jo.civ@us.navy.mil.
    N4008425R0051 REGIONAL OIL & HAZARDOUS SUBSTANCES SPILL RESPONSE SERVICES FOR NAVFAC FAR EAST, JAPAN
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Far East (NAVFAC FE), is seeking qualified contractors to provide oil and hazardous substances spill response services across various military locations in Japan. The procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a focus on immediate response capabilities, self-performance of cleanup efforts, and handling a range of hazardous materials, including petroleum, oils, lubricants (POLs), and PFOS/PFOA compounds. This initiative is critical for ensuring environmental safety and compliance with regulatory standards, as it supports military operations and protects local ecosystems. Interested vendors must respond with their qualifications, including relevant experience and registration with the System for Award Management (SAM), by March 13, 2025. For further inquiries, potential respondents can contact Amanda Jo at amanda.jo.civ@us.navy.mil or Ross Yamato at ross.w.yamato.civ@us.navy.mil.
    Invasive Species Control Services - Amendment 0002
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Invasive Species Control Services at USAG Okinawa, Japan, under contract FA527025Q0005. The procurement aims to manage and control invasive species from fiscal year 2025 through fiscal year 2029, ensuring compliance with environmental regulations and protecting critical habitats. This initiative is crucial for maintaining ecological balance and mitigating the impacts of invasive flora and fauna on military installations. Interested vendors must submit their quotes by February 28, 2025, and can direct inquiries to Nina Wickwire at nina.wickwire.2@us.af.mil or Martin Almazan at martin.almazan@us.af.mil, with a total contract value capped at $300,000.
    PM Program and Work Orders for the Pump Test Bench Systems at Bldg. YSK-A47
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Far East, is seeking qualified contractors to provide preventive maintenance (PM) and work orders for the Pump Test Bench Systems located at Building YSK-A47 in Japan. The procurement aims to ensure the efficient operation of these systems through regular maintenance, repairs, and inspections, thereby minimizing potential breakdowns. This opportunity is critical for maintaining the operational readiness of testing and measurement facilities, which play a vital role in defense operations. Interested firms must submit a Statement of Interest Questionnaire by February 24, 2025, and should note that there will be no reimbursement for costs incurred in response to this announcement. For further inquiries, contractors can contact Satomi Abe at satomi.abe2.ln@us.navy.mil or John Mack at john.e.mack5.civ@us.navy.mil.
    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 NAVFACSYSCOM FAR EAST, is soliciting 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 a contractor capable of providing both recurring and non-recurring maintenance tasks, ensuring compliance with federal standards and enhancing operational efficiency and safety in cleaning protocols for the facility. This contract is critical for maintaining the operational integrity of military training environments, with the base period running from April 2025 to March 2026 and options extending through March 2030. Proposals are due by 11:00 AM local time on March 10, 2025, and interested contractors should contact Janofsky Herrion at janofsky.herrion@usmc.mil or Martin Hansen at martin.hansen@usmc.mil for further information.
    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.
    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 soliciting proposals for Marine and Biological Resources Monitoring and Program Management Services across various locations worldwide. The contract, which has a maximum value of $75 million and a duration of up to five years, aims to conduct essential research and monitoring activities on marine species, including marine mammals and sea turtles, to ensure compliance with environmental regulations such as the Marine Mammal Protection Act and the Endangered Species Act. This opportunity underscores the Navy's commitment to environmental stewardship and the importance of thorough data management and reporting in marine resource management. Interested contractors should contact Nicole Smith at 757-322-4649 or via email at Nicole.smith100.civ@us.navy.mil for further details and to submit their proposals.
    Z -- Enviromental Remedial Action Contract
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Atlantic, is soliciting proposals for an Environmental Remedial Action Contract (RFP N62470-24-R-0072) aimed at addressing environmental contamination at various Navy and Marine Corps installations. The contract seeks qualified contractors to provide comprehensive remediation services, including emergency responses and various remediation methods such as bioremediation and excavation, with a minimum guaranteed contract value of $10,000 and a total maximum value of $95 million over multiple option years. This procurement is critical for ensuring compliance with federal environmental regulations and promoting effective remediation efforts at contaminated sites. Interested small businesses must submit their proposals, including past performance questionnaires and compliance with specified labor rate ceilings, by the designated deadline, with inquiries directed to Elizabeth Eliason-Carey at Elizabeth.S.Eliason-Carey.civ@us.navy.mil or by phone at 757-322-4844.
    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.
    Environmental Compliance and Hazardous Material-Waste Management Support Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Europe District, is seeking industry interest for an Indefinite-Delivery Indefinite-Quantity (IDIQ) Multiple-Award Task-Order Contract (MATOC) for Environmental Compliance and Hazardous Material-Waste Management Support Services across Germany, Belgium, and the Netherlands. The procurement aims to ensure compliance with U.S. and host nation environmental regulations, providing comprehensive support in areas such as environmental compliance, hazardous materials management, and waste management, which are critical for maintaining operational readiness and safeguarding environmental resources. The contract will have a maximum capacity of $40 million and a five-year ordering period, with a Request for Proposal (RFP) anticipated to be issued around March 2025. Interested vendors must submit their capabilities statements by 11:00 AM Central European Time on February 24, 2025, to Eman Wali and Ryan Fernandez via email.