NAVFAC Southwest NEPA Multiple Award Service Contract
ID: N6247325R000XType: Sources Sought
Overview

Buyer

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

NAICS

Environmental Consulting Services (541620)

Set Aside

Partial Small Business Set-Aside (FAR 19.5) (SBP)
Timeline
    Description

    The Department of Defense, through the NAVFAC Southwest, is seeking qualified small businesses to participate in a Sources Sought announcement for the NAVFAC Southwest NEPA Multiple Award Service Contract. The objective of this procurement is to identify potential contractors capable of providing comprehensive environmental consulting services under the National Environmental Policy Act (NEPA), including the preparation of Environmental Assessments, Environmental Impact Statements, and related documentation, while ensuring compliance with federal, state, and local regulations. This initiative is critical for facilitating environmental planning and technical services that support military operations and construction activities, with an estimated contract value of approximately $45 million over a period not to exceed seven years. Interested parties must submit their qualifications and responses by November 1, 2024, and can direct inquiries to Colton Abernathy at colton.j.abernathy.civ@us.navy.mil or Aileengail Soriano at aileengail.m.soriano.civ@us.navy.mil.

    Files
    Title
    Posted
    The document outlines a government Request for Proposals (RFP) focused on a specific project, including critical information such as contract type, pricing, identification numbers, project timelines, and location. It details the scope of work undertaken, distinguishing between prime and subcontractor roles, and specifies the client organization involved. The essential purpose of this RFP is to solicit qualified proposals for the proposed work, ensuring compliance with federal guidelines and promoting transparency in government contracting. The structure provides a comprehensive overview of the project details, helping potential bidders understand the requirements and expectations. Overall, this document serves as a foundational element in the procurement process, aimed at fostering effective partnerships between the government and private sector entities.
    The document outlines the requirements and processes for environmental planning and technical services under the National Environmental Policy Act (NEPA) for the Department of Defense (DoD). It details both non-pre-established fixed-price work and pre-established fixed-price work to be negotiated. Key topics include the preparation of various environmental assessments, including Records of Categorical Exclusion (RCE), Environmental Assessments (EA), Overseas Environmental Assessments (OEA), and Findings of No Significant Impact (FONSI). The contractor is responsible for producing detailed deliverables and reports, ensuring compliance with applicable federal, state, and local regulations, while maintaining strict industry standards. Additionally, it specifies tasks related to cultural and natural resources, marine resources, and public involvement plans, with clear performance objectives and standards. The procedures emphasize rigorous review cycles, stakeholder involvement, and the necessity for qualified personnel in executing these tasks. Compliance with accessibility standards and the quality of deliverables are also highlighted as critical elements. This structured approach aims to facilitate thorough environmental considerations and mitigate impacts associated with military operations, ensuring adherence to regulatory frameworks and best practices in environmental management.
    The document outlines a Firm-Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract awarded to provide environmental planning and technical services for the U.S. Navy and Marine Corps. Spanning from October 2025 to October 2032, the contract has a total not-to-exceed value of $45 million. The primary focus includes preparation of National Environmental Policy Act (NEPA) documents, such as Environmental Assessments, Environmental Impact Statements, and related studies, within designated states (Arizona, California, Colorado, Nevada, New Mexico, and Utah). Contractors are tasked with ensuring compliance with various environmental regulations, and documents will cover resource areas including air quality, biological resources, cultural resources, and more. The contract allows for the execution of tasks through task orders, with a minimum order value of $5,000. This structured solicitation highlights the government's strategic approach to partnering with contractors, emphasizing collaboration, industry best practices, and performance-based contracting. It mandates that all work be completed per detailed specifications to safeguard environmental integrity during military operations and construction activities.
    The document outlines a standardized Pre-Bid/Proposal Inquiry Form utilized in government procurement processes for Request for Proposals (RFPs) and grants. Initially created in July 2016, the form serves to facilitate communication between bidders and government entities regarding inquiries about project specifications, requirements, and responses to submitted questions. The structure of the form includes sections for the solicitation number, project title, questions raised, their statuses, and proposed government responses, along with spaces for revisions and final responses. Overall, this inquiry form aims to ensure clarity and provide a formalized method for addressing and documenting questions and government answers, which is critical for maintaining transparency and fairness within the procurement process. The form's repetitive layout emphasizes the systematic approach to inquiries, indicating a methodical and organized oversight by federal and state agencies in managing RFPs and grants.
    Lifecycle
    Title
    Type
    Similar Opportunities
    B--INDUSTRY DAY FOR NEPA INFRASTRUCTURE
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is conducting an Industry Day for an upcoming requirement for Preparation of Navy, Marine National Environmental Policy Act (NEPA) and other environmental planning related processes/documents. The purpose of the Industry Day is to provide a brief overview of this upcoming requirement and obtain valuable feedback from industry. The Industry Day will be held on Wednesday, July 25, tentatively for 9:00 a.m. at the Commander Naval Region Southwest, Building 1, at the Broadway Complex, 937 Pacific Highway, Nautical Room, 3rd Floor, Room C301B, San Diego, California 92132. Contractors interested in attending the Industry Day shall notify the contract specialist, Christine Reyes via email at christine.reyes@navy.mil, no later than July 13, 2018, providing your Company name, the name, title, email address and phone number of the attendee(s).
    Sources Sought for Indefinite Delivery Indefinite Quantity (IDIQ) Architect-Engineer (A-E) Services Contract for Cost Engineering, Value Engineering, and Scheduling Services at Various Navy and Marine Corps Installations Worldwide
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking qualified architect-engineer firms to provide Indefinite Delivery Indefinite Quantity (IDIQ) services for Cost Engineering, Value Engineering, and Scheduling at various Navy and Marine Corps installations worldwide. The procurement aims to identify small businesses, including SBA certified 8(a), HUBZone, Woman-Owned Small Businesses (WOSB), and Service-Disabled Veteran-Owned Small Businesses (SDVOSB), capable of delivering essential engineering services such as cost estimates, bid analyses, life cycle cost engineering, and scheduling using Primavera software. This initiative is crucial for ensuring effective project management and cost efficiency in defense-related projects, with an estimated contract value of $30 million over a five-year performance period. Interested firms must submit their qualifications in the SF330 format by 11:00 AM (San Diego, CA Local Time) on October 17, 2024, to Elson Muzada at elson.g.muzada.civ@us.navy.mil.
    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.
    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.
    Architect-Engineering Services for Comprehensive Long-Term Environmental Action Navy VII (CLEAN VII), Naval Facilities Engineering Systems Command Pacific
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific (NAVFAC Pacific), is seeking qualified architect-engineering firms to provide comprehensive long-term environmental action services under the CLEAN VII program. The procurement aims to identify capable small business concerns, including Section 8(a), HUBZone, woman-owned, and service-disabled veteran-owned businesses, to support the Department of the Navy’s Environmental Restoration Program, which includes Installation Restoration and Munitions Response programs in compliance with federal environmental regulations. The contract will encompass a range of services such as site evaluations, remedial designs, and ecological risk assessments, with a total contract value of up to $980 million over a potential five-year period. Interested firms must submit their qualifications and past performance questionnaires by 10:00 AM HST on November 4, 2024, to the designated contacts, Samantha Tomisato and Kori-Ann Tanaka, via email.
    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 engineering 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 crucial for enhancing the efficiency and effectiveness of public works services within the Navy, ensuring compliance with regulations and operational needs. Interested contractors must submit their proposals by 2:00 PM on October 16, 2024, and can direct inquiries to Weston Polen at weston.c.polen.civ@us.navy.mil or by phone at 757-322-4749.
    J&A Increase Capacity on Contract N4008022D0010 IDIQ for Environmental Planning and Conservation Services for the Washington DC AOR and US Territories
    Active
    Dept Of Defense
    The U.S. Navy seeks to extend and increase the capacity of a contract for environmental planning and conservation services in the Washington D.C. area and U.S. territories. The focus is on enhancing climate resiliency and restoration, requiring design, engineering, and environmental services. The contract, currently held by Marstel-Day LLC, will rise from $30 million to $45 million to meet the surging demand for these essential services. Contact Maureen Falaschi for more information.
    Environmental Testing Services Contract at Various U.S. Navy, Marine Corps, Army and Air Bases and Facilities throughout NAVFAC Far East Area of Responsibility
    Active
    Dept Of Defense
    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 should note that the proposal due date has been amended to October 18, 2024, at 2:30 PM Japan Standard Time, and inquiries must be submitted by the original deadline. For further information, potential offerors can contact Yuka Kondo at yuka.kondo.ln@us.navy.mil or Ross Yamato at ross.w.yamato.civ@us.navy.mil.
    R--FY16-21 Contract Labor Support Services for Professional Support Services for NAVFAC Southwest, San Diego, California
    Active
    Dept Of Defense
    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.
    IDIQ MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF GENERAL BUILDING CONSTRUCTION AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED IN CALIFORNIA, ARIZONA, NEVADA, UTAH, COLORADO, AND NEW MEXICO
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking qualified small businesses for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) focused on new construction, renovation, and repair of general building construction at various government installations across California, Arizona, Nevada, Utah, Colorado, and New Mexico. The procurement aims to identify potential contractors with relevant experience in commercial and institutional building construction, specifically targeting Small Business Administration (SBA) certified 8(a), HUBZone, Women-Owned, and Service-Disabled Veteran-Owned businesses. The total estimated contract value is $1 billion, with task orders ranging from $4 million to $35 million, and the performance period spans a base of two years with an option for three additional years. Interested parties must submit their qualifications and relevant project experience by 2:00 p.m. Pacific Time on October 8, 2024, to Shane Mahelona at shane.k.mahelona.civ@us.navy.mil.