F--099 All Other Professional, Scientific, and Technical Service
ID: N6247319R6005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM SOUTHWESTSAN DIEGO, CA, 92132-0001, USA

PSC

NATURAL RESOURCES MANAGEMENT (F)
Timeline
  1. 1
    Posted Apr 18, 2019, 11:42 PM UTC
  2. 2
    Updated Apr 18, 2019, 11:42 PM UTC
  3. 3
    Due Not available
Description

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.

Point(s) of Contact
Penny Brown 619-532-3859 Contract Specialist email link
Files
No associated files provided.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Sources Sought: Natural Resources Services for NAVFAC SW
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is conducting a Sources Sought announcement to identify qualified small businesses for potential contracts related to natural resources services across several western states, primarily California. The Navy seeks to gather information on businesses capable of providing a range of environmental studies and management services, including botanical and wildlife surveys, wetlands delineations, biological monitoring, and the development of natural resource management plans. This opportunity is crucial for ensuring effective management of military lands and resources, with an expected contract value of approximately $100 million over a period of up to eight years. Interested parties, particularly those classified as SBA-certified 8(a), HUBZone, Economically Disadvantaged Women-Owned, and Service-Disabled Veteran-Owned Small Businesses, must submit their responses by April 30, 2025, and can contact Kevin Magennis or Eunjew Dame for further information.
R--Services to perform remedial activities and environmental contaminated sites predominately at Navy and Marine Corps installations.
Buyer not available
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--HI-PCFC ISLNDS FWO-NATRL RSRCS SUPP SVCS
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is soliciting quotes for Marine Natural Resource Support Services, specifically targeting projects at Wake Atoll in the Pacific Islands, including Hawaii, Guam, and the Commonwealth of the Northern Marianas. Contractors are required to provide comprehensive personnel, equipment, and logistical support for marine surveys, including vessel operations, safety management, and SCUBA diving operations, with a focus on environmental conservation and compliance. This procurement is a total small business set-aside, with a performance period from May 1, 2025, to May 1, 2026, and an option for a one-year extension; interested parties must submit proposals that meet specific qualifications, including valid U.S. Coast Guard licenses and relevant experience, by the designated deadlines. For further inquiries, Oscar Orozco can be contacted via email at oscarorozco@fws.gov.
R--SAFETY SUPPORT SERVICES
Buyer not available
Presolicitation notice is prepared by the Department of Defense, specifically the Department of the Navy, for the procurement of Safety Support Services. These services are typically used to provide professional, administrative, and management support in the area of safety. The Naval Supply Systems Command Fleet Logistics Center San Diego (NAVSUP FLCSD) intends to issue a 100% Small Business competitive solicitation for these services. The solicitation will be released on or about September 11, 2019, and interested parties are required to register with the Navy Electronic Commerce Online (NECO) and/or FedBizOpps websites to access the solicitation documents. The procurement is subject to the Total Small Business Set-Aside (FAR 19.5) and the applicable NAICS code is 541990 with a standard size of $15M. Offerors must be registered in the System for Award Management (SAM) website. All communications regarding the procurement must be submitted via email to the Contract Negotiator.
R--FY16-21 Contract Labor Support Services for Professional Support Services for NAVFAC Southwest, San Diego, California
Buyer not available
Presolicitation notice from the Department of Defense, Department of the Navy, is seeking contract labor support services for professional support services for NAVFAC Southwest in San Diego, California. The services include technical support such as program management, environmental, asset management, project management, planning, design, scheduling, cost estimating, and construction management support. The contractor will assist with the development of planning documentation, project scopes, schedules, budgets, technical analyses, status reports, briefs, etc. Various positions are required, including Design Manager, Project Manager, Planning and Engineering, Planning and Engineering Technician, Planner, Construction Manager, Engineering Technician, Field Support, NEPA Specialist, Environmental Compliance Specialist, Natural Resources Specialist, Hazardous Waste Program Manager, Environmental Protection Specialist, and Technical Specification Writer.
Falconry Services at MCRD San Diego, CA.
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Southwest, is soliciting proposals for Falconry Services at the Marine Corps Recruit Depot and Naval Base Point Loma in San Diego, California. The contractor will be responsible for providing all necessary labor, materials, equipment, and transportation to manage nuisance birds, primarily seagulls, through authorized falconry techniques over a five-year period, starting from May 1, 2025, with a base year and four optional extensions. This procurement is crucial for maintaining a safe training environment by effectively managing wildlife interactions at military installations. Interested small businesses must submit their quotations by April 15, 2025, and direct any inquiries to the designated contacts, Veolette Nasrawi and Gina Watson, via their provided email addresses.
Commercial Industrial Services (CIS) Scaffolding Services Follow-on, Multiple Award Contract, Indefinite Delivery Indefinite Quantity (MAC-IDIQ)
Buyer not available
The Department of Defense, through the Southwest Regional Maintenance Center, is seeking proposals for Commercial Industrial Services (CIS) Scaffolding Services under a multiple award indefinite delivery indefinite quantity (MAC-IDIQ) contract. The procurement aims to provide labor, services, equipment, and materials for the on-load, assembly, certification, modification, disassembly, and offload of scaffolding and fall protection materials onboard U.S. Navy ships within a 50-mile radius of San Diego, CA. This contract is crucial for maintaining operational readiness and safety standards aboard naval vessels. Interested small businesses are encouraged to contact Mira Brown at miramaje.c.brown.civ@us.navy.mil or Roderick Rioveros at roderick.q.rioveros.civ@us.navy.mil to receive notifications regarding the Request for Proposal (RFP) posting, which is expected to be awarded based on best-value procurement criteria, including past performance and technical evaluations.
2024-2025 LIVING MARINE RESOURCES (LMR) PROGRAM GENERAL ENVIRONMENTAL NEEDS
Buyer not available
The Department of Defense, specifically the Department of the Navy, has issued a Combined Synopsis/Solicitation notice for the 2024-2025 Living Marine Resources (LMR) Program General Environmental Needs. This procurement is focused on research and development in the physical, engineering, and life sciences related to natural resources and environmental research. The LMR program is seeking pre-proposals for research efforts in five investment areas: data to support risk threshold criteria, data processing and analysis tools, monitoring technology demonstrations, standards and metrics, and emergent opportunities. The pre-proposal submission process is email-based, and the deadline for submissions is 13 June 2025. The evaluation criteria for pre-proposals include technical approach, offeror's experience, principal investigator's and key member's related experience, cost/price, project benefits, and product implementation. Interested parties should contact the technical point of contact and contracting officer listed in the document for more information.
B--503 Studies/Archeological-Paleontologicalfor the anticipated follow-on Cultural Resources Multiple Award contract
Buyer not available
Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is conducting an Industry Day for an upcoming requirement for Cultural Services at various locations within the NAVFAC Southwest area of responsibility. The work will primarily be performed in Arizona, California, Colorado, Nevada, New Mexico, and Utah. The purpose of the Industry Day is to provide an overview of the requirement and obtain feedback from industry. The NAICS Code for this acquisition is 541720 - Historic and Cultural Preservation Research and Development, and Archeological Research and Development Services. The contract term will be for a twelve-month base period and four one-year option periods, for a total maximum contract term of five years. The Industry Day will be held on Tuesday, February 28th, tentatively for 10:00 a.m. at the Commander Naval Region Southwest, Building 1, at the Broadway Complex, 850 Pacific Highway, Nautical Room, 3rd Floor, San Diego, California 92132. Contractors interested in attending the Industry Day shall notify the contract specialist, Penny Brown via email at penny.brown@navy.mil, no later than February 17, 2017.
Environmental Restoration Architect-Engineering IDIQ
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Northwest, is seeking qualified small business architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on Environmental Restoration services. The contract, valued at up to $45 million, will primarily support environmental projects across various locations in Washington and Alaska, with a base period of 24 months and an option for an additional 36 months, plus a potential six-month extension. This procurement emphasizes the importance of environmental management and rehabilitation at military installations, with submissions evaluated based on specialized experience, professional qualifications, and past performance. Interested firms must submit their qualifications electronically by April 28, 2025, and can direct inquiries to Solomon Ocansey or Kimberly Gillette via their provided email addresses.