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: Presolicitation
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 contract aims to ensure compliance with federal environmental regulations and address potential hazards at military installations, emphasizing the importance of thorough environmental assessments and testing. Interested contractors are encouraged to review the Performance Work Statement and submit inquiries via the provided Question & Answer form, with key deadlines and requirements outlined in the solicitation documents. For further information, prospective 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 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.
    The Department of the Navy's Naval Facilities Engineering Systems Command Far East has issued a Request for Proposal (RFP) for environmental testing services across various U.S. military bases in the NAVFAC Far East area. The document addresses inquiries regarding the contract requirements, performance reporting, waste analysis, and cost allocations for transportation and shipping related to environmental testing. Notably, it clarifies that multiple task orders can be submitted separately, that the government will strive to provide necessary information for waste analysis, and that costs related to sample shipment must be itemized per analysis. Furthermore, it discusses conditions for "Urgent Turnaround Time" and "Expedited Service," emphasizing predefined limits on quantities and services to manage cost and order volume while ensuring efficient responses. This RFP exemplifies the government's structured approach to sourcing environmental testing services while addressing logistical and contractual concerns raised by vendors.
    Similar Opportunities
    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.
    U.S. Army Environmental Command (USAEC) Environmental Data Management System (EDMS)
    Active
    Dept Of Defense
    The U.S. Army Environmental Command (USAEC) is seeking proposals for the Environmental Data Management System (EDMS) to support environmental programs 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 water testing results, particularly concerning contaminants like Per- and Polyfluoroalkyl Substances (PFAS). This initiative is crucial for ensuring environmental stewardship and compliance with federal regulations, facilitating transparent communication with stakeholders and decision-makers. Proposals are due by September 23, 2024, with an anticipated contract value between $1 million and $5 million. Interested parties should direct inquiries to Tracey Neal at tracey.neal@usace.army.mil or Robert Marsh at robert.g.marsh@usace.army.mil.
    N40084 FACILITY SERVICIES, HOUSING EQUIPMENT CLEANING AT THE NAVAL AIR FACILITY ATSUGI AND COMBINED ARMS TRAINNG CENTER, CAMP FUJI
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Far East, is seeking contractors for facility services related to housing equipment cleaning at the Naval Air Facility Atsugi and the Combined Arms Training Center at Camp Fuji, Japan. The contract will encompass a single award Indefinite Delivery/Indefinite Quantity type performance-based service contract, which includes both recurring and non-recurring work items such as cleaning drain pipes, dryer ducts, and water storage tanks to ensure sanitation and functionality. Interested offerors must be duly authorized to operate in Japan, comply with local regulations, and have an active registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Ms. Midori Otomo at midori.otomo.ln@us.navy.mil or by phone at +81-467-63-3144.
    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
    ENVIRONMENTAL RESTORATION A-E, NAVFAC NW
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Northwest, is seeking qualified architect-engineering firms to provide environmental restoration services under a firm fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. The contract, with a maximum potential value of $50 million over a five-year term, aims to address various environmental restoration projects primarily in Washington, but also across several states including Alaska, Idaho, and Montana. Interested firms, particularly certified small businesses such as HUBZone, 8(a), SDVOSB, and Woman-Owned entities, must submit a capabilities statement detailing their experience, personnel qualifications, and capacity to perform the required services by September 18, 2024. For further inquiries, interested parties can contact Charlie McAvoy at charles.l.mcavoy.civ@us.navy.mil or Kimberly A. Gillette at kimberly.a.gillette4.civ@us.navy.mil.
    S--Maintenance and Inspection of HVAC Systems, Hangar, Aboveground Storage Tanks and Underground Storage Tanks for the U.S. Naval Air Facility Atsugi, Japan
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking maintenance and inspection services for HVAC systems, hangars, aboveground storage tanks, and underground storage tanks at the U.S. Naval Air Facility, Atsugi, Japan. The services include maintenance, inspection, and repair of HVAC systems, refrigeration, biocidal treatment devices, and other HVAC related equipment at various locations. Additionally, maintenance, inspection, and repair services for hangars at various locations, as well as inspection, testing, and certification for aboveground storage tanks (AST) and underground storage tanks (UST) at various locations are required. Contractors must be authorized to operate in Japan and comply with all laws and regulations. The award will be given to the lowest priced, technically acceptable offer. Interested offerors can access the solicitation on the Asia Navy Electronic Business Opportunities (AsiaNECO) website. Registration with the System for Award Management (SAM) is required to receive a government contract award.
    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.
    F--099 All Other Professional, Scientific, and Technical Service
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, specifically the Department of the Navy, for natural resource services at various locations within Naval Facilities Engineering Command, Southwest's area of responsibility. The services include biomonitoring, inventorying, surveying, mapping, and related technical data and reports in compliance with applicable Department of Defense, Department of Navy, and federal, state, and local statutes and regulations. The procurement is a 100% Small Business set-aside with the intent to award no more than four Firm-Fixed Price, multiple award contracts. The contracts will be for a two-year base period and a three-year option period, with a minimum guarantee of $5,000. The aggregate value of task orders issued under the contracts will not exceed $30,000,000. The solicitation will be available electronically and the issue date is expected to be on or about March 19, 2019, with a closing date for receipt of proposals on April 18, 2019. The primary contact for this solicitation is Penny Brown, Contract Specialist.
    Aircraft Fire Training Pond Soil Sampling
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force's 27th Special Operations Contracting Squadron, is seeking proposals for soil sampling services related to potential PFAS contamination beneath the Aircraft Fire Training Evaporation Pond at Cannon Air Force Base, New Mexico. The contractor will be responsible for collecting soil samples at specified depths, in compliance with EPA Method 1633, to assess the extent of contamination and develop a remediation strategy. This project is critical for ensuring environmental safety and regulatory compliance at the military installation. Proposals are due by September 20, 2024, with questions accepted until September 18, 2024. Interested parties should contact Arti Smeddal at arti.smeddal@us.af.mil or Corey Isaacs at corey.isaacs.1@us.af.mil for further information.
    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.