Kelp & Beach Wrack Survey
ID: N6893625Q5021Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTERCHINA LAKE, CA, 93555-6018, USA

NAICS

Testing Laboratories and Services (541380)

PSC

SPECIAL STUDIES/ANALYSIS- OTHER (B599)
Timeline
    Description

    The Department of Defense, through the Naval Air Warfare Center, is seeking proposals for a Kelp & Beach Wrack Survey, aimed at assessing coastal ecosystems and their health. This presolicitation opportunity focuses on the collection and analysis of data related to kelp and beach wrack, which are critical components of marine environments that support biodiversity and coastal protection. The selected contractor will be responsible for conducting specialized studies and analyses, adhering to the standards set forth in the NAICS code 541380 and PSC code B599. Interested parties can reach out to Yvonne Stockwell at yvonne.c.stockwell.civ@us.navy.mil or by phone at 760-793-4069, or Faith L LaGore at faith.l.lagore.civ@us.navy.mil or 760-793-3498 for further information regarding this opportunity.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Kelp & Beach Wrack Survey
    Currently viewing
    Presolicitation
    Similar Opportunities
    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 seeking proposals for Marine and Biological Resources Monitoring and Program Management Services across various locations worldwide. The contract aims to support environmental compliance and reporting requirements, focusing on marine species monitoring, including surveys and assessments related to protected species such as marine mammals and sea turtles. This initiative is critical for ensuring adherence to environmental laws and enhancing the understanding of marine ecosystems in relation to Navy operations. The contract has a maximum value of $75 million, covering a base year and four optional years, with proposals due by March 11, 2025. Interested parties can contact Nicole Smith at Nicole.smith100.civ@us.navy.mil or call 757-322-4649 for further information.
    NUWC Division, Keyport and NSLC Mechanicsburg SeaPort/Service Contract Forecast
    Buyer not available
    The Naval Undersea Warfare Center (NUWC) Division Keyport, under the Department of Defense, is issuing a special notice regarding its SeaPort/Service Contract Forecast, focusing on various engineering and support services. The procurement encompasses a range of requirements primarily categorized under NAICS Code 541330, including acoustic trial sustainment, business support, engineering services, information technology support, and property accountability services, with operations spanning locations such as Florida, Hawaii, Guam, and Japan. These services are crucial for supporting naval operations and logistics, with many contracts nearing expiration and anticipated follow-on RFPs indicating forthcoming opportunities for bidders, particularly those from small disadvantaged and veteran-owned businesses. Interested parties can reach out to David Walz at david.e.walz.civ@us.navy.mil or call 360-315-6791 for further information.
    F--099 All Other Professional, Scientific, and Technical Service
    Buyer not available
    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.
    Salvage Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking qualified contractors to provide salvage services for marine vessels. The procurement aims to address various salvage operations, which are critical for maintaining the operational readiness and safety of naval assets. Salvage services play a vital role in recovering and repairing vessels that may have encountered distress or damage, ensuring the Navy can effectively manage its fleet. Interested parties can reach out to Daniel Kough at daniel.w.kough2.civ@us.navy.mil or call 202-781-5448, or contact Lisa Grayum at lisa.m.grayum.civ@us.navy.mil or 202-436-4043 for further details regarding this solicitation.
    Seabed to Space Intelligence Surveillence Reconnaissance (S2ISR)
    Buyer not available
    The Department of Defense, through the Department of the Navy's NIWC Pacific, is seeking information from potential vendors regarding the Seabed to Space Intelligence Surveillance Reconnaissance (S2ISR) initiative. This Sources Sought notice aims to identify capabilities and solutions related to research and development in the field of intelligence surveillance and reconnaissance, which are critical for enhancing national security and operational effectiveness. Interested parties are encouraged to reach out to Contract Specialist Bryan Mansfield at bryan.mansfield@navy.mil or by phone at 619-553-1356 for further details and to express their interest in participating in this opportunity.
    FY24 BROAD AGENCY ANNOUNCEMENT FOR INNOVATIVE ENVIROMENTAL TECHNOLOGIES AND METHODOLOGIES
    Buyer not available
    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
    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.
    Bat Survey Monitoring
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a Bat Survey Monitoring project through the W6QM MICC-FT Drum office. The objective of this procurement is to engage qualified contractors to conduct monitoring activities related to bat populations, which are critical for environmental assessments and compliance with wildlife protection regulations. This opportunity falls under the NAICS code 541690, indicating a focus on Other Scientific and Technical Consulting Services, and is categorized under PSC code F999 for Other Environmental Services. Interested parties can reach out to Kayla Rogers at kayla.m.rogers14.civ@army.mil or by phone at 315-722-2342, or Jeffery Frans at jeffery.l.frans.civ@army.mil or 315-772-2439 for further details.
    Depth Resolved Algal Bloom Mapping (DRABM) Sensor Support
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers' Engineer Research and Development Center (ERDC-CERL), is soliciting proposals for Depth Resolved Algal Bloom Mapping (DRABM) Sensor Support Services aimed at enhancing monitoring and early detection of harmful algal blooms (HAB) in Lake Okeechobee, Florida. The contract requires the contractor to provide equipment storage, setup, deployment, routine and incidental maintenance, surface water sampling, and analysis in accordance with EPA standards, with a performance period from February to December 2025. This initiative is critical for improving environmental response capabilities and ensuring compliance with safety and operational protocols during fieldwork. Interested parties must submit their proposals by January 15, 2025, and can direct inquiries to Olivia Farr at CERL-CT-Quotes@usace.army.mil.
    SWRMC Marine Boatyard Services (MBS) and Industrial Support Lot-1
    Buyer not available
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking qualified contractors to provide Marine Boatyard Services and Industrial Support under the presolicitation titled "SWRMC Marine Boatyard Services (MBS) and Industrial Support Lot-1." This procurement is specifically set aside for small businesses and aims to fulfill the needs related to shipbuilding and repairing, as indicated by the NAICS code 336611 and PSC code J999. The services are crucial for maintaining and repairing non-nuclear vessels, ensuring operational readiness and safety within the Navy's fleet. Interested parties can reach out to Kaylee DiCamillo at kaylee.dicamillo.civ@us.navy.mil or call 619-381-6189 for further details regarding the opportunity.