EV32, Bethpage, Site 1, GM-38 Treatment System
ID: N4008526R0050Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Remediation Services (562910)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the long-term environmental operations, maintenance, and monitoring (OM&M) of the GM-38 Hot Spot Extraction Treatment System at the Naval Weapons Industrial Reserve Plant in Bethpage, New York. This contract task order aims to continue groundwater cleanup efforts, with an initial term of one year and the possibility of three extensions, not exceeding 54 months. The selected contractor will be responsible for project management, system operation, compliance monitoring, and reporting, adhering to strict safety and environmental standards. Proposals are due by February 5, 2026, at 2:00 PM (EST), and must be submitted electronically via the PIEE Solicitation Module; interested parties can contact Jurmin Francis-Ross at jurmin.m.francis-ross.civ@us.navy.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide outlines the process for vendors, particularly those engaging with the Department of Defense (DoD), to register and manage their accounts within the PIEE platform. It details step-by-step instructions for new users to self-register and for existing users to add additional roles, such as "Proposal Manager" or "Proposal View Only," which are crucial for submitting or viewing solicitations. The guide emphasizes the importance of the "Proposal Manager" role for offer submission. It also provides comprehensive support information, including resources for getting started, account administration, and technical assistance, ensuring vendors can navigate the system effectively for federal RFPs and other procurement opportunities.
    The provided government file outlines a structured format for documenting questions, references, and responses related to a government procurement process, likely an RFP, federal grant, or state/local RFP. The document features fields for question number, reference details (page, section, paragraph), the question itself, the government's response, date submitted, government responder's name and email, and amendment number. This template facilitates clear communication and record-keeping between interested parties and the government agency, ensuring all inquiries and official replies are systematically cataloged. The structure suggests a formal Q&A process, crucial for transparency and fairness in government solicitations.
    This government contract task order (CTO) outlines the long-term environmental operations, maintenance, and monitoring (OM&M) of the GM-38 Hot Spot Extraction Treatment System at the Naval Weapons Industrial Reserve Plant (NWIRP) in Bethpage, New York. The project, administered by NAVFAC Mid-Atlantic, aims to continue groundwater cleanup efforts for an initial one-year term with three optional extensions, not exceeding 54 months. The scope includes project management, plan adherence, system operation and maintenance (targeting 95% runtime), effluent and air emission monitoring, groundwater monitoring, and data submission and reporting. Key deliverables include a Health and Safety Plan, monthly, quarterly, and annual operation reports, and compliance with NIRIS data management requirements. The contractor must provide a Grade 2/2A Wastewater Treatment Plant Operator and adhere to strict safety, environmental, and reporting standards. Payment is contingent upon achieving performance objectives and Navy/regulatory acceptance of deliverables.
    This government file, Wage Determination No. 2015-4157, outlines the minimum wage rates and fringe benefits for various occupations under the Service Contract Act in Nassau and Suffolk Counties, New York. It details hourly rates for administrative, automotive, food service, health, technical, and other support occupations. The document specifies fringe benefits including health and welfare payments (with separate rates for contracts covered by EO 13706), paid vacation based on years of service, and twelve paid holidays. It also provides guidelines for computer employees and air traffic controllers/weather observers regarding exemptions and night/Sunday pay. Hazardous pay differentials for work with ordnance and uniform allowance policies are included. The file concludes with a conformance process for unlisted occupations, emphasizing the use of the "Service Contract Act Directory of Occupations" for accurate classification.
    The Naval Facilities Engineering Command, Mid-Atlantic, issued Solicitation N4008526R0050 for a Contract Task Order (CTO) under the Multiple Award Contract Remedial Action Operations Award Contracts (RAOMAC). This CTO seeks proposals for Long-Term Environmental Operations, Maintenance, and Monitoring (OM&M) of the GM-38 Hot Spot Extraction Treatment System at Installation Restoration (IR) Site 1 – Former Drum Marshalling Area, Naval Weapons Industrial Reserve Plant (NWIRP), Bethpage, New York. The solicitation, issued on January 6, 2026, is open to current RAOMAC contract holders. Proposals are due by February 5, 2026, at 2:00 PM (EST) and must be submitted electronically via the PIEE Solicitation Module. Award will be based on the lowest evaluated price, following fair opportunity guidelines under FAR 16.505(b). Offerors must include a cover page, price proposal form, acknowledged amendments, and proof of SAM registration. Funding is not guaranteed, and no reimbursement for proposal costs will be provided if an award is not made.
    Lifecycle
    Title
    Type
    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 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 at the facility. The contract will be awarded as an Indefinite Delivery/Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) type, with a base period of 12 months starting on March 1, 2026, and four additional option periods. Interested small businesses 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.
    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.
    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.
    Environmental Remedial Action Contract
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's 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, emphasizing environmental remediation efforts. The selected contractors will play a crucial role in managing and executing projects that contribute to environmental restoration and compliance. Interested parties can reach out to Mary Lassiter at mary.lassiter@navy.mil or call 757-322-4593 for further information regarding this opportunity.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP). This procurement aims to secure contractor support services for engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F). The services are critical for ensuring the operational readiness and security of Navy and non-Navy installations across the continental United States and overseas, with performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested contractors must submit their proposals by January 13, 2026, and ensure compliance with security clearance requirements, as well as registration in the SAM database. For further inquiries, contact Ethan Othersen at ethan.t.othersen.civ@us.navy.mil or Elizabeth Phelps at elizabeth.a.phelps1@navy.mil.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    NAP Environmental Services Single Award Task Order Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the NAP Environmental Services Single Award Task Order Contract, aimed at providing environmental consulting services. The contract will require the contractor to perform various environmental assessments and analyses within the Philadelphia District Corps of Engineers' five-state area, which includes Delaware, eastern Pennsylvania, western and southern New Jersey, parts of northeastern Maryland, and sections of New York. This procurement is critical for ensuring compliance with environmental regulations and supporting the Corps' mission in managing the Delaware River Basin. Proposals are due by January 15, 2026, at 3 PM EST, and interested parties can contact Brian Cox at brian.w.cox@usace.army.mil or by phone at 215-656-6897 for further information.
    FY26 Environmental Remediation MATOC
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Europe District, is seeking qualified firms to participate in a Sources Sought notice for the FY26 Environmental Remediation Multiple Award Task Order Contract (MATOC) in Germany and BENELUX. The objective of this procurement is to gather market research and identify firms capable of providing comprehensive environmental surveillance and remediation services, including surveys, assessments, cleanup, and other mitigation services at Department of Defense facilities. This contract, valued at approximately $45 million over a five-year base period, is crucial for maintaining environmental safety and compliance in overseas military installations. Interested firms should submit their letters of interest and relevant qualifications to Sterling Alphonse at sterling.j.alphonse@usace.army.mil or Robert Corkrum at robert.e.corkrum@usace.army.mil, ensuring responses do not exceed five pages and include specific information about their capabilities and past performance.
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAVSEA HQ, is seeking to award a sole source contract for the New England Maintenance Manpower Initiative (NEMMI) related to non-nuclear submarine services. This procurement aims to provide essential maintenance support for combat ships and landing vessels, ensuring operational readiness and efficiency within the naval fleet. The justification for this contract, identified as N00024-23-C-4300, is documented in the attached approval file, emphasizing the critical nature of these services. Interested parties can reach out to Thomas Kohler at thomas.j.kohler11.civ@us.navy.mil or 202-789-4067, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    Fire Island Inlet to Montauk Point (FIMP) Nonstructural Pilot Project
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Fire Island Inlet to Montauk Point (FIMP) Nonstructural Pilot Project, aimed at elevating residential structures in Suffolk County, New York. This project involves the construction and elevation of existing homes to mitigate coastal storm risks, with a focus on compliance with federal, state, and local codes, and the management of utilities during the elevation process. The contract is estimated to be valued between $25 million and $100 million, with proposals due by January 9, 2026, at 2:00 PM EST. Interested contractors should contact Michael McCue at michael.l.mccue@usace.army.mil for further details and to ensure compliance with all submission requirements.