EV35, Newport, Site 8, Phase 2 Injection RA, RAOMAC
ID: N4008525R2612Type: 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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the environmental remediation operations and maintenance at Sites 1 and 4 of the Naval Weapons Industrial Reserve Plant in Bethpage, New York. The contract focuses on long-term maintenance, 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 the integrity of environmental restoration efforts and adherence to health and safety standards. Interested small businesses must submit their proposals via the PIEE system by March 11, 2025, and can direct inquiries to Georgia Scott at georgia.scott@navy.mil or by phone at 757-341-0691.

    Point(s) of Contact
    Files
    Title
    Posted
    The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide outlines the process for vendors to register and manage roles in the PIEE Solicitation Module, which facilitates a secure and efficient method for the Department of Defense (DoD) to handle solicitations and responses from industry. The guide details step-by-step instructions for new users to self-register for a PIEE account and for existing users to add roles such as Proposal Manager and Proposal View Only. New users must complete a series of steps including selecting a user ID, setting security questions, and submitting necessary information like company details and CAGE Code for their role. Existing users can add roles by updating their profiles and following a similar process. The guide also includes resources for support and technical assistance. Key roles and functions available to vendors are highlighted, including submitting offers and viewing offers, which are integral for participating in government solicitations. This guide serves as a comprehensive resource for vendors in understanding their roles within federal contracts, thus streamlining their engagement with DoD procurement processes.
    The document serves as a record of inquiries submitted regarding a governmental Request for Proposal (RFP) process, detailing reference numbers, question submissions, and official responses. It includes sections for pagination, submission dates, and contact information for both government responders and the submitter. The missing content likely elaborates on specific inquiries and responses related to the RFP, providing insight into the government's expectations and clarifications necessary for potential bidders. This type of document is critical for promoting transparency in the federal and local contracting process, ensuring that potential applicants have a clear understanding of requirements and can prepare their proposals accordingly. The overall structure is meant to facilitate effective communication between the government and interested parties, reinforcing the integrity of the procurement process.
    The government file outlines the contractual agreement for environmental operations, maintenance, and monitoring at the Naval Weapons Industrial Reserve Plant (NWIRP) in Bethpage, New York, under Contract N40085-24-D-0107. The primary focus is on the long-term maintenance of Site 1 and Site 4 remediation systems, including vacuum extraction and biosparge systems. Responsibilities include groundwater sampling, routine operations, reporting, and coordination with state regulatory agencies. The project spans a 24-month period, commencing on April 1, 2025, with bi-annual groundwater sampling and monthly progress updates required from the contractor. Key deliverables include quarterly and annual operation reports, with specific timelines for submission after various sampling events. The contractor must adhere to established safety and operational protocols, manage waste disposal in compliance with environmental regulations, and ensure data integrity in reporting. Points of contact for oversight include the Contracting Officer Representative and various state representatives. The document emphasizes rigorous performance standards and ensures that all communications follow Navy protocols to maintain project integrity and compliance with environmental mandates. Overall, this file illustrates the structured approach to managing federal environmental restoration projects through detailed oversight and reporting mechanisms.
    The provided document outlines a Cost Template for the Operations and Maintenance (O&M) of Sites 1 and 4 at the NWIRP facility in Bethpage, New York. It includes a detailed Price Schedule, categorized into separate work elements with specified tasks, units, quantities, and total pricing, although unit prices are left blank. Key tasks encompass project management, site inspections, groundwater sampling, waste management, and various service calls, divided into minor, moderate, and major categories. Each work element relates to essential maintenance and compliance measures as part of federal oversight. The structure systematically organizes primary tasks and sub-tasks, facilitating easy reference for cost estimation purposes. This document serves as a framework for vendors to propose pricing for ongoing environmental management and remediation services, aligning with government RFP standards for fiscal responsibility and transparency in procurement.
    The Naval Facilities Engineering Command, Mid-Atlantic, issued Solicitation N4008525R2612 for construction and operational maintenance of environmental remediation systems at Sites 1 and 4 of the Naval Weapons Industrial Reserve Plant in Bethpage, New York. The task aims to manage long-term environmental operations, maintenance, and monitoring (OM&M) of these sites. The contract will follow a fair opportunity award process based on price evaluation, with bidders required to submit detailed proposals via the PIEE system by March 11, 2025. A site visit is scheduled for February 24, 2025, for interested contractors, who are encouraged to inquire about the solicitation’s requirements by submitting written questions. The project adheres to Department of Labor wage determinations and requires strict compliance with numerous contractual, financial, and technical guidelines throughout the proposal process. This solicitation highlights the government’s approach to environmental remediation and aims to ensure compliance with health, safety, and regulatory standards while optimizing taxpayer investments through the competitive process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    N3904025Q1004 Preventative and Remedial Maintenance for Relocatable Structures
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals from qualified contractors for preventative and remedial maintenance services for relocatable structures. The contract encompasses a range of services, including maintenance of emergency lighting and HVAC systems, with a total contract value of $12,500,000 for the period from March 1, 2025, to February 28, 2026. These services are critical for ensuring the safety and operational integrity of government facilities, adhering to established safety and operational standards. Interested contractors, particularly Women-Owned Small Businesses, should contact Gary W. Murdock at gary.w.m.murdock.civ@us.navy.mil or call 207-994-0292 for further details and to ensure compliance with the submission process.
    Environmental Testing Services Contract at Various U.S. Navy, Marine Corps, Army and Air Bases and Facilities throughout NAVFAC Far East Area of Responsibility
    Buyer not available
    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.
    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.
    IR DEMO PROJECTS FY24 Marine Corps Base Camp Lejeune
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the IR Demo Projects FY24 at Marine Corps Base Camp Lejeune, North Carolina, specifically for the demolition of fifty-three buildings. The project requires contractors to manage the demolition process while adhering to safety and environmental regulations, particularly concerning hazardous materials such as asbestos and lead-based paint, as identified in prior surveys. This procurement is crucial for maintaining facility safety and operational efficiency at the military base, with a firm-fixed-price contract set aside exclusively for small businesses under NAICS code 238910. Interested vendors must submit their proposals in hard copy by 10:00 AM (EST) on March 19, 2025, and can direct inquiries to Sharon Humphrey at sharon.e.humphrey.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil.
    NNSY Earth Day 2025
    Buyer not available
    The Norfolk Naval Shipyard (NNSY), part of the Department of Defense, is organizing an Earth Day event on April 24, 2025, aimed at promoting sustainability and environmental awareness. Organizations interested in participating as Environmental Presenters are invited to submit their company details and booth requirements to enhance the event's outreach and engagement. This initiative underscores NNSY’s commitment to fostering environmental consciousness within the community, providing a platform for sharing environmental initiatives. Interested parties must register via email by 5 PM EST on March 28, 2025, with each company limited to two participants. For further inquiries, contact Nicole Lawrence at nicole.m.lawrence15.civ@us.navy.mil or Catherine Scullen at Catherine.j.scullen.civ@us.navy.mil.
    REQUEST FOR PROPOSAL FOR LAND EXCHANGE AND WATER/WASTEWATER INFRASTRUCTURE DIVESTITURE NAVAL STATION NEWPORT NEWPORT, RI
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is issuing a Request for Proposal (RFP) for a land exchange and the divestiture of water and wastewater infrastructure at Naval Station Newport in Rhode Island. The objective is to engage a qualified offeror who can demonstrate experience in operating and maintaining similar infrastructure, ensuring the continuation of services for existing and future tenants at the station. This initiative is part of a broader strategy to optimize resource management and enhance operational efficiency within the Navy's utility services. Interested parties must submit their proposals by 5 PM on February 11, 2025, and can direct inquiries to Chris Nelson at christopher.r.nelson@navy.mil or Heather Stadler at heather.m.stadler2.civ@us.navy.mil for further information.
    Facility Investment Services for NAVSTA Newport Complex Area, facilities, and installed equipment and systems at Naval Station Newport, Newport Rhode Island.
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for Facility Investment Services at the Naval Station Newport complex in Rhode Island. The procurement aims to enhance the management and maintenance of facilities, installed equipment, and systems, ensuring compliance with federal standards and operational efficiency. This contract, which is a total small business set-aside, emphasizes the importance of effective facility management in supporting military readiness and safety. Proposals are due by October 24, 2024, and interested parties can direct inquiries to Brittany Swan at brittany.t.swan.civ@us.navy.mil or Melinda Robinson at melinda.l.robinson@navy.mil.
    Maintenance, Repair, and Preservation of TWR 7 and 8
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the maintenance, repair, and preservation of TWR-7 and TWR-8 vessels at the Puget Sound Naval Shipyard. The procurement aims to ensure high-quality workmanship in accordance with marine industry standards, encompassing tasks such as docking, hull repairs, structural inspections, and system overhauls. This opportunity is critical for maintaining the operational readiness and safety of naval vessels, reflecting the government's commitment to stringent contract management in defense projects. Interested small businesses must submit their proposals by following the guidelines outlined in the solicitation, with inquiries directed to Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or by phone at 360-815-9581.
    FY25 Great Sodus and Oak Orchard Harbors Dredging
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Buffalo District, is preparing to solicit bids for harbor maintenance dredging at Great Sodus and Oak Orchard Harbors in New York. The project involves the removal of approximately 20,000 cubic yards of dredged material from Great Sodus Harbor and 15,000 cubic yards from Oak Orchard Harbor, with additional options available. This procurement is categorized as a Firm-Fixed-Price contract under NAICS Code 237990, designated as a 100% Small Business Set-Aside, with an estimated project cost between $1 million and $5 million. Interested parties should monitor the Procurement Integrated Enterprise Environment (PIEE) website for updates and ensure they are registered in the System for Award Management (SAM) database, as no inquiries will be entertained before the official solicitation, expected around March 3, 2025. For further information, potential bidders can contact Peter Gembala at peter.r.gembala@usace.army.mil or Walter Kamad at walter.kamad@usace.army.mil.