Water Testing Service Contract, Naval Station Newport, Newport, RI
ID: N4008525R2590Type: Solicitation
Overview

Buyer

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

NAICS

Testing Laboratories and Services (541380)

PSC

OTHER QC/TEST/INSPECT- MISCELLANEOUS (H999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 12, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 22, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 6:00 PM UTC
Description

The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for a Water Testing Service Contract at Naval Station Newport, Rhode Island. The contract aims to ensure compliance with Rhode Island state environmental regulations by providing certified analytical laboratory services for environmental water sampling and analysis, as the station currently lacks the capability to perform these tests on-site. This procurement is critical for maintaining operational standards and environmental safety, with the contract structured as an Indefinite Delivery/Indefinite Quantity arrangement over a five-year period, including a base year and four option years. Interested small businesses must submit their proposals by April 18, 2025, and can contact Stefan Nassaney at stefan.nassaney@navy.mil or 401-841-4443 for further information.

Point(s) of Contact
Files
Title
Posted
Jan 16, 2025, 7:05 PM UTC
The Naval Facilities Engineering Command (NAVFAC) is issuing a pre-solicitation notice for a Performance-Based, Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Water Testing Services at Naval Station Newport, Rhode Island. The solicitation number is N4008525R2590, with an expected release date of around February 1, 2025. The project requires contractors to provide all necessary labor, supervision, tools, and materials to comply with Rhode Island's environmental regulations, as NAVFAC currently lacks the capacity to perform on-site testing. The contract will comprise a one-year base period with four potential one-year extensions, up to a total of five years. The contract, designated for Total Small Business Set Aside, will utilize the bidding structure from FAR Part 14, awarding to the bidder with the lowest price. All bidders must register in the System for Award Management (SAM) to be eligible, as the Government will only notify registered contractors of solicitation amendments. Importantly, no awards will occur until funds are available for this project, and the existing contract expires on March 31, 2025. Questions regarding the pre-solicitation can be directed to the provided Point of Contact, Stefan Nassaney.
The document outlines the requirements and specifications for a performance-based contract for services at Naval Station Newport, RI. It entails the provision of labor, management, and environmental testing, emphasizing compliance with federal, state, and local regulations. The contractor is tasked with various responsibilities including managing recurring and non-recurring work, ensuring quality through a Quality Management System, and conducting environmental services such as water sampling and laboratory analyses. Key personnel must be qualified and certified, with defined roles including a Project Manager and Safety Officer. The Navy focuses on performance-based service acquisition principles, promoting collaboration and knowledgeable contractor involvement. Additionally, the document highlights management practices, personnel requirements, security measures, and necessary certifications for contractor employees. It emphasizes the importance of timely reporting and compliance with environmental protocols, ensuring that all work aligns with government standards and local statutes. Overall, the document serves as a comprehensive framework for maintaining the operational integrity and safety of government services.
Apr 22, 2025, 12:08 PM UTC
The document outlines a Request for Proposal (RFP) related to environmental support and laboratory services under the solicitation and contract N40085-25-D-XXXX. It details both recurring and non-recurring work costs, emphasizing unit prices for various environmental services, including government- and contractor-obtained sample testing. The work encompasses laboratory analyses for coliform and other environmental assessments, with an urgent requirement for timely reporting of results. The contract is structured to include multiple base periods spanning from April 2025 to March 2029, with clear directives regarding sampling, testing procedures, and response times. Vendors must be prepared for weekend operations to ensure compliance with required service deadlines. Overall, the document emphasizes the critical need for efficient environmental testing services, strict adherence to project specifications, and the provision of detailed quantity and pricing information during the bidding process. This RFP reflects the government's commitment to environmental quality and regulatory compliance through well-defined contractual obligations.
Apr 22, 2025, 12:08 PM UTC
The document contains the Wage Determination No. 2015-4089 issued by the U.S. Department of Labor under the Service Contract Act, outlining minimum wage requirements and applicable wages for various occupations in Rhode Island. It notes the compliance requirements with Executive Orders 14026 and 13658 based on contract award dates, specifying wages of at least $17.75 or $13.30 per hour, respectively. The determination lists numerous occupations along with corresponding wage rates, emphasizing applicable fringe benefits such as health and welfare, vacation, and holidays. Additionally, it details provisions for additional classifications not listed and the conformance process needed for wage negotiation. The document mandates contractors to comply with wage requirements for covered employees, ensuring fairness and compensation consistent with federal contracting guidelines. It highlights specific regulations for tasks with increased hazards and specifics for employees required to wear uniforms. Overall, this wage determination is integral for contractors engaging in federal contracts to guarantee compliance with labor laws and protect workers' rights.
The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide explains the process for vendors to register on the PIEE platform, which serves the Department of Defense (DoD). This platform aims to streamline and secure the solicitation process by allowing vendors to submit offers more efficiently. There are two key roles within the PIEE Solicitation Module: Proposal Manager, essential for submitting proposals, and Proposal View Only. The guide details step-by-step instructions for new users to self-register if the company has an Account Administrator and for existing users adding new roles. Important steps include creating a user profile, selecting appropriate roles, and submitting registration for approval. Additionally, the document provides resources for account support and technical assistance, with links for further help if issues arise. Ultimately, the guide supports vendors in engaging with federal solicitations and enhances the management of proposals in compliance with government procurement standards.
Apr 22, 2025, 12:08 PM UTC
The document serves as an amendment to the solicitation N4008525R2590 regarding water testing services at Naval Station Newport, Rhode Island. It addresses several modifications, including the extension of the proposal due date to April 18, 2025, updates to contract line item numbers (CLINs 0011 and 0012), and clarifications on proposal submission via the Procurement Integrated Enterprise Environment (PIEE) system. Key responses to Requests for Information (RFIs) clarify discrepancies related to proposal deadlines and the contract's duration, affirming that the service period encompasses a base year, four option years, and a six-month extension, totaling 66 months. The solicitation specifies that proposals must segregate price and non-price information, ensuring compliance with the Service Contract Act for wage determinations. Contractors are required to coordinate with the Environmental Department at NAVSTA for sample collection and adhere to environmental regulations. The document emphasizes precise submission requirements and clarifies expectations for proposal evaluations based on unit costs, reinforcing procedural standards for contractual obligations. This amendment reflects the government's efforts to streamline bid processes and ensure compliance with environmental testing standards while providing a framework for service contractor evaluations and proposals.
Apr 22, 2025, 12:08 PM UTC
The document outlines Amendment 002 for Solicitation N4008525R2590, focused on the collection and analysis of various water samples at NAVSTA Newport, Rhode Island. It integrates responses to Requests for Information (RFIs) from contractors regarding analysis methods and responsibilities. Key clarifications include the acceptance of multiple analysis methods for Total Petroleum Hydrocarbons (TPH) and confirmation that both drinking water and wastewater samples are handled differently, with base personnel responsible for drinking water and contracted staff for wastewater and stormwater samples. The amendment stresses that all sampling must comply with federal and state regulations, specifically referencing 40 CFR 136 for wastewater testing. Additionally, it specifies that trained personnel must collect samples adhering to prescribed procedures. The document concludes by indicating the necessity for acknowledgment of the amendment by contractors to ensure proper procedural compliance before the offer submission deadline.
Apr 22, 2025, 12:08 PM UTC
The document is an amendment to solicitation N4008525R2590, specifically Amendment 003, issued by NAVFACSYSCOM MID-ATLANTIC. The main purpose of this amendment is to extend the proposal due date from March 18, 2025, at 2:00 PM to March 25, 2025, at 2:00 PM. While other terms and conditions of the initial solicitation remain unchanged, all contractors must acknowledge receipt of this amendment to avoid rejection of their offers. This acknowledgment can be done through several specified methods, including returning a signed copy of the amendment or indicating receipt in the offer submission. The document includes essential details such as the names and titles of the contracting officer, a description of the changes, and administrative instructions related to contract modifications. Overall, this amendment serves to provide clear communication regarding changes in submission timelines for potential contractors responding to the federal solicitation, reflecting typical processes in government contracting and procurement.
Apr 22, 2025, 12:08 PM UTC
The government file outlines a Request for Proposals (RFP) for water testing services at Naval Station Newport, Rhode Island. The primary purpose is to ensure compliance with state environmental regulations, as the station currently lacks the capability to perform required testing on-site. The contract, an Indefinite Delivery/Indefinite Quantity arrangement, will include recurring and non-recurring services over a five-year period, with a set-aside for small businesses. Contractors must be certified by the State of Rhode Island’s Health Department and provide all necessary labor, materials, and equipment for water sampling and analysis. Vendors are required to coordinate with the Environmental Department for sampling logistics and adhere to specified deadlines for annual testing. The proposal evaluation will focus on the lowest acceptable pricing. Also detailed are bid conditions, including wage determinations per the Service Contract Act, insurance requirements, and specific performance goals. The document emphasizes the importance of quality management and safety protocols, alongside the necessity for timely proposal submissions, specifying submission through the PIEE Solicitation Module. This approach of performance-based service acquisition aims to foster partnerships between the Navy and contractors, ensuring successful contract execution and adherence to regulations.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Propulsion Test Facility (PTF) Complex Operations & Maintenance (O&M)
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is preparing to award a single Indefinite Delivery Indefinite Quantity (IDIQ) contract for the operations and maintenance (O&M) of the Propulsion Test Facility (PTF) Complex in Newport, Rhode Island. The contract aims to ensure the continued operation, maintenance, and upgrades of the PTF, which is vital for testing and engineering functions related to the U.S. Navy's torpedo fleet and associated systems, including the Mk 48 and Mk 54 torpedoes and unmanned underwater vehicles. Interested contractors will be responsible for a range of tasks, including maintaining testing systems, providing technical support, and adhering to safety regulations, with the solicitation expected to be released on or around May 7, 2025. For further inquiries, potential offerors can contact Erin Montanari at erin.l.montanari.civ@us.navy.mil or Carrie Rochelle at carrie.r.rochelle.civ@us.navy.mil.
Z--Base Operation and Support (BOS) for Facility Investment and Facility Management services at Naval Station Newport (NAVSTA), Newport, Rhode Island.
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Base Operation and Support (BOS) for Facility Investment and Facility Management services at Naval Station Newport (NAVSTA), Newport, Rhode Island. The contractor will provide labor, management, supervision, tools, material, and equipment necessary for various services including Facilities Support Services, Facility Planning and Asset Management Services, and Base Support Vehicles and Equipment. The contract will be a combination Firm-Fixed Price/Indefinite Quantity type and will be awarded to the best value offeror using tradeoff analysis. The contract will have a base period with four one-year option periods, not exceeding sixty months. The estimated proposal due date is at least 30 days after the RFP is posted on or about January 24, 2019. Contractors must register in the System for Award Management (SAM) database to be eligible for award.
Water Testing & Treatment Service
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Jacksonville, is seeking qualified small businesses to provide Water Testing and Treatment Services for the Engineering Training Lab at Naval Station San Diego, California. The services are essential for maintaining the efficiency of water cooling towers that utilize fresh water, which is prone to bacterial growth that can hinder cooling operations. Interested contractors are invited to submit their capabilities and organizational experience by 10:00 P.M. (EST) on September 18, 2024, as this opportunity is part of market research and will lead to a firm fixed price non-personal services contract with a twelve-month base period. For further inquiries, interested parties may contact DeAundrae Rogers at deaundrae.l.rogers1@navy.mil or Preston Grant at preston.grant@navy.mil.
INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) CONTRACT FOR MULTI‐ DISCIPLINE ARCHITECT‐ENGINEER (A‐E) SERVICES IN SUPPORT OF PROJECTS ON NUWC FACILITIES AT NAVAL UNDERSEA WARFARE CENTER NEWPORT DIVISION (NUWCDIVNPT), NEWPORT, RI.
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Newport Division (NUWCDIVNPT), is seeking qualified small business architect-engineer firms to provide multi-discipline architect-engineer (A-E) services for various facility projects in Newport, Rhode Island. The contract will encompass a range of services including planning, design, construction evaluation, and renovation projects, with a maximum contract value of $5 million over a five-year period. This procurement is critical for ensuring the effective management and execution of facility improvements and infrastructure projects at NUWCDIVNPT. Interested firms must submit their qualifications using the SF 330 form by May 12, 2025, with inquiries directed to Michael Ouellette at michael.n.ouellette.civ@us.navy.mil or Alexander Olarte at alexander.olarte.civ@us.navy.mil.
Water Lab Analysis Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Water Lab Analysis Services through a combined synopsis/solicitation process. The objective is to establish a Firm Fixed Price Blanket Purchase Agreement for commercial services related to chemical testing of water and hazardous waste characterization, with a focus on compliance with environmental regulations and safety standards. This procurement is crucial for ensuring environmental compliance and public health, as it involves routine and emergency sampling and testing using EPA-approved methods. Proposals must be submitted electronically by 1:00 PM EDT on May 14, 2025, to the designated contacts, Brandon Bolen and Edward A. Huchison, with a total contract value capped at $200,000 for the period from July 1, 2025, to June 30, 2030.
LP-40 Install In-Line Receipt Filtration, Naval Station Norfolk, Norfolk, Virginia
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the LP-40 Install In-Line Receipt Filtration project at Naval Station Norfolk, Virginia. This procurement involves the demolition of an existing aboveground fuel filtration system and the installation of a new filtration system, including necessary electrical work, all to be completed within 270 calendar days post-award. The project is critical for enhancing fuel filtration capabilities at the naval facility, ensuring compliance with safety and operational standards. Proposals are due by May 21, 2025, with a mandatory site visit scheduled for April 8, 2025. Interested contractors should contact Alethea Lopez-Martinez at alethea.m.lopez-martinez.civ@us.navy.mil or (757) 341-0564 for further details.
PRE-SOLICITATION NOTICE FOR DESIGN-BID-BUILD, NWC B686 CONOLLY HALL UPGRADES / NWC MODULAR BUILDINGS, NAVAL STATION NEWPORT, RHODE ISLAND
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Mid-Atlantic, is preparing to solicit bids for the design-bid-build project involving upgrades to Conolly Hall and modular buildings at Naval Station Newport in Rhode Island. The procurement aims to enhance the existing facilities, ensuring they meet current operational standards and requirements. This construction project is critical for maintaining the infrastructure necessary for naval operations and supporting personnel at the station. Interested contractors can reach out to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Shayna Eichner at shayna.t.eichner.civ@us.navy.mil for further details, with the project classified under NAICS code 236220 and PSC code Y1JZ.
Design Bid Build – Building 1313 and 1314 HVAC upgrades Phase 3, NAVAL STATION NEWPORT, NEWPORT, RI.
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for HVAC upgrades to Buildings 1313 and 1314 at Naval Station Newport, Rhode Island. This project, designated as Phase III, involves the repair and replacement of heating and cooling units in unaccompanied housing facilities, as part of a broader initiative to enhance military housing across the northern area of responsibility, which includes several states from Connecticut to Vermont. Qualified contractors are encouraged to participate in this multiple award construction contract, with the solicitation date set for March 28, 2025. Interested bidders can reach out to Stefan Nassaney at stefan.nassaney@navy.mil or by phone at 401-841-4443 for further details.
Port Security Barrier (PSB) System and Components Out of Water Upkeep, Repair, & Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors to provide upkeep, repair, and maintenance services for the Port Security Barrier (PSB) System at Newport News Shipbuilding. The procurement involves comprehensive out-of-water maintenance, including the removal, cleaning, inspection, and repair of 32 modules, 5 anchors, and 1 marine fender, ensuring the PSB operates effectively in safeguarding critical port facilities. The contract is a Firm Fixed Price procurement with a performance period of 120 days, and interested parties must submit their quotes by 1:00 PM on May 8, 2025, to the designated contracting officer, Shauna McLarney, via email. For further inquiries, contractors can reach out to the primary and secondary contacts provided in the solicitation.
Material Handling Equipment Maintenance
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking qualified small businesses to provide maintenance and repair services for Material Handling Equipment (MHE), including forklifts and pallet jacks. The procurement includes a base year and one option year, focusing on annual preventative maintenance, necessary repairs, and compliance with Original Equipment Manufacturer (OEM) guidelines, with a strong emphasis on safety and regulatory adherence. This contract is crucial for ensuring the operational efficiency and safety of equipment used in government operations, reflecting the importance of maintaining high standards in equipment management. Interested contractors must submit their proposals by May 2, 2025, and can contact Franklin Patton at franklin.k.patton2.civ@us.navy.mil or by phone at 401-832-6525 for further details.