MARINE AND BIOLOGICAL RESOURCES MONITORING AND PROGRAM MGMT SVCS at Various Locations - Naval Facilities Engineering Commands Atlantic and Pacific area of Responsibility Worldwide
ID: N6247024R0065Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM ATLANTICNORFOLK, VA, 23508-1278, USA

NAICS

Other Scientific and Technical Consulting Services (541690)

PSC

SPECIAL STUDIES/ANALYSIS- ENVIRONMENTAL ASSESSMENTS (B510)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for Marine and Biological Resources Monitoring and Program Management Services across various locations worldwide. The contract, which has a maximum value of $75 million and a duration of up to five years, aims to conduct essential research and monitoring activities on marine species, including marine mammals and sea turtles, to ensure compliance with environmental regulations such as the Marine Mammal Protection Act and the Endangered Species Act. This opportunity underscores the Navy's commitment to environmental stewardship and the importance of thorough data management and reporting in marine resource management. Interested contractors should contact Nicole Smith at 757-322-4649 or via email at Nicole.smith100.civ@us.navy.mil for further details and to submit their proposals.

    Point(s) of Contact
    Files
    Title
    Posted
    The Quality Assurance Surveillance Plan (QASP) outlines the performance standards for monitoring various project tasks for the Navy. The main objective is to ensure that deliverables such as monthly progress reports, work plans, fieldwork summaries, and draft/final annual project reports are accepted by the Navy, requiring 100% acceptance from their Contracting Officer’s Representative (COR). Each task is assessed through Navy reviews and the performance payment structure is based on monthly lump sums that depend on the completion of deliverables. The methods of assessment include scheduled surveillance of fieldwork and evaluation through the Contractor Performance Assessment Reporting System (CPARS). The document emphasizes the importance of delivering quality outputs consistently throughout the project.
    The document is a Certificate of Non-Disclosure and Conflict of Interest Statement, outlining responsibilities for individuals involved in government contracting. It emphasizes the importance of confidentiality regarding sensitive information accessed during the procurement process, including technical details and contractor proposals. The signer agrees not to disclose any such information without the explicit consent of the Contracting Officer, acknowledging that unauthorized disclosure may lead to disciplinary actions, including potential job termination or military discipline. Additionally, the document requires participants to declare any personal or financial interests that could create conflicts with their involvement in the acquisition process. Participants must report any relevant interests related to their family or household members and understand that such interests might necessitate their removal from the selection process. Lastly, the provisions ensure compliance with existing laws and regulations surrounding classified information and whistleblower protections, indicating the document's alignment with broader legal frameworks. The statement must be signed and dated by the participating member, affirming their understanding and acceptance of these conditions.
    The document pertains to a government Request for Proposal (RFP) seeking detailed information from offerors about their previous project experience related to a specific solicitation (N62470-24-R-0065). It emphasizes the need for submission of comprehensive project data sheets, where bidders are required to provide their firm name, contact details, experience as prime or subcontractors, project descriptions, cost information, and project relevance. The RFP highlights the importance of establishing corporate experience in managing large-scale real estate portfolios, requesting details on work performed, project costs, and unique aspects of the projects to assess qualifications. This structured request seeks to ensure that shortlisted bidders have the necessary expertise and experience to meet the project requirements effectively. The emphasis on thorough documentation aligns with best practices in governmental procurement processes, facilitating informed decision-making and promoting accountability.
    The document serves as a template for submitting resumes of key personnel involved in government contracts, specifically for federal and state/local RFPs and grants. It outlines the essential information required to evaluate the qualifications and experience of individuals, which includes their names, roles, years of experience, educational background, professional registrations, and work history. The structure includes sections for detailing relevant projects, mandating the inclusion of project titles, locations, dates performed, and brief descriptions that cover scope, size, cost, and individual roles. The template emphasizes the need for clarity and comprehensiveness to facilitate the assessment of each key person's capabilities and relevance to the proposed project. Overall, this document highlights the importance of personnel qualifications in the context of government contracting, ensuring that only qualified individuals are considered for roles in public projects, fostering accountability and efficiency in government expenditure.
    The NAVFAC/USACE Past Performance Questionnaire (PPQ-0) is a form designed to evaluate the performance of contractors in government contracts. It requires the contractor to provide detailed information including firm details, contract specifics, and project descriptions. Clients assess contractor performance through a rating system (Exceptional to Unsatisfactory) based on several criteria: quality of work, schedule adherence, customer satisfaction, management and personnel efficiency, cost management, safety, and overall compliance. The questionnaire encourages client feedback and emphasizes the importance of direct submission to enhance the integrity of evaluations. The form ensures that the government can verify all information provided, maintaining accountability among contractors. Overall, this document aims to systematically assess contractor effectiveness, which influences future government contracts and RFPs.
    The document outlines the proposed distribution of work in a federal government contract, emphasizing the allocation of responsibilities among prime contractors and their joint venture partners. The structure includes percentages assigned to each firm involved—primarily the prime contractor and key subcontractors—culminating in a total of 100%. This distribution is critical for compliance within federal grants and Requests for Proposals (RFPs), ensuring clear delineation of tasks and accountability among the participating entities. By specifying the contributions of each company involved, the document serves to enhance transparency and effective project management, consistent with the requirements typically expected in government contracting processes.
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is a structured document designed to gather essential data from contractors for evaluation in government procurement processes. It requires contractors to provide comprehensive information regarding their firm, the nature of their participation in the project (e.g., as prime contractor, subcontractor), contract specifics (including numbers, types, dates, and prices), and a project description emphasizing the complexity of the work and its relevance to the new contract submission. Additionally, the form mandates client input with details about their role, and it includes sections for client verification through signatures and contact information. The completion of this questionnaire is crucial for the contractor's proposal to NAVFAC and supports the assessment of past project performance, which is vital for ensuring quality and reliability in federal projects. The document emphasizes its sensitivity and instructs clients to submit it directly back to the contractor or to NAVFAC, thereby facilitating a verified evaluation during the selection process for future contracts.
    The Small Business Participation Commitment Document (SBPCD) outlines the requirements for offerors participating in the U.S. Navy's solicitation N6247024R0065 for Marine and Biological Resources Monitoring and Program Management Services. This form must be completed by all offerors, regardless of size, to evaluate small business utilization. It mandates documenting the total contract value, self-performance amounts, and the specific dollar values and percentages allocated to small business subcontracting. A minimum of 20% participation by small businesses is required. The document also necessitates details of firm commitments with identified small businesses and explains scenarios where no subcontractors are listed. Large businesses intending to self-perform 100% of the contract must provide an explanation for not subcontracting. Overall, the SBPCD emphasizes the importance of small business engagement in government contracts, directing offerors to comply with prescribed formats and requirements for evaluation purposes. This commitment is essential in supporting socio-economic equity among various small business categories.
    The document outlines the Burdened Direct Hourly Ceiling Rate Build-Up Form related to various labor categories solicited by the government. It includes labor categories such as Program Manager, Biologists, Technical Project Managers, and other technical roles, all currently listed with a direct labor rate of $0.00 and a mark-up of 0%. Other sections detail the application of direct costs such as equipment, supplies, travel, and subcontractors. The primary purpose of this document is to establish and maintain ceiling rates for labor categories involved in contracts and to clarify that the burdened direct labor hourly rates will remain effective throughout the contract's lifetime. It mandates that contractors adhere to these established ceiling rates, allowing them to propose lower rates but prohibits exceeding these limits in any task orders. These procedures ensure fiscal responsibility and consistency across governmental contracts, particularly in the context of RFPs and federal grants, where precise cost management is critical. The documentation emphasizes starting costs for each labor category while ensuring compliance with pricing parameters set under the contract.
    The document serves as a solicitation (N62470-18-R-7009) for pricing models and labor categories associated with a federal contract, outlining the required price structure for both base and option years. It details specific labor categories—such as Program Manager, Marine Biologist, and Technical Project Manager—with corresponding hours and costs, all set to zero in this iteration. The document emphasizes the importance of adhering strictly to specified labor categories and instructions for calculations, specifically indicating that no changes should be made to the hours or labor categories listed. The total costs for each part of the project include burdened labor costs combined with other direct costs such as equipment, subcontractors, and travel, culminating in a total expenditure of $6,750,000 for the base year, with increases for subsequent option years. Additionally, it specifies the inclusion of a summary price model submission exclusively by the prime contractor or joint venture entities. The structured approach ensures compliance with federal guidelines, emphasizing transparency and accuracy in cost reporting for government contracts. Overall, the document serves to standardize pricing submissions and clarify expectations for potential contractors.
    The Individual Small Business Subcontracting Plan outlines requirements for large businesses submitting proposals for federal contracts, specifically designed to comply with FAR 19.704. This document is essential for ensuring that small businesses participate as subcontractors in government contracts. It includes a solicitation for services related to marine and biological resources monitoring across Naval Facilities Engineering Commands. The plan requires details on total contract value, subcontract goals assigned to various categories of small businesses, and methods for identifying potential subcontractors. It specifies the need for detailed breakdowns of projections for large businesses, small businesses, women-owned small businesses, and other specific categories, with an obligation to monitor compliance. The plan emphasizes proactive outreach efforts to engage the small business community and mandates timely payments to small subcontractors. Furthermore, contractors must maintain records to document compliance and submit periodic reports on subcontracting activity. This plan is crucial for meeting government goals of supporting small businesses and reinforcing their role in federal procurement.
    The document outlines a Request for Proposal (RFP) from the U.S. Navy for conducting marine resources monitoring and program management services. It addresses environmental compliance and reporting within the Navy’s operational areas, specifically for the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic and Pacific. The contract duration is up to five years, with a maximum value of $75 million, requiring the selected contractor to perform various research and monitoring activities on marine species such as marine mammals and sea turtles, primarily through task orders. Key responsibilities include conducting field surveys, data collection, behavioral studies, and preparing relevant documentation for compliance with legal regulations such as the Marine Mammal Protection Act and Endangered Species Act. The contractor will manage multiple projects simultaneously, requiring collaboration with academic and federal institutions, while providing a range of personnel including marine biologists and technical project managers. The proposal emphasizes the necessity of thorough data management and reporting to support regulatory requirements and enhance understanding of marine species and their responses to Navy training activities. Overall, this solicitation reflects the Navy's commitment to environmental stewardship through stringent monitoring and compliance efforts in marine resource management.
    Similar Opportunities
    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.
    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 and Monitoring
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors to conduct bat surveys and monitoring at the Marine Corps Recruit Depot Parris Island (MCRDPI) in South Carolina. The primary objective of this procurement is to identify bat species, assess their habitats, and develop management plans to ensure compliance with the Endangered Species Act (ESA), while also enhancing data collection on bat demographics and spatial ecology. This initiative is crucial for managing natural resources around the recruit training mission, preventing human-bat conflicts, and protecting military training activities. Interested parties can contact Sgt. Jaydian Toomin at jaydian.toomin@usmc.mil or 843-228-2157 for further details, with the project scheduled to run from April 2025 to April 2030, culminating in a comprehensive final report by April 2026.
    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.
    N62470-24-R-0058 COMPREHENSIVE LONG-TERM ENVIRONMENTAL ACTION NAVY (CLEAN)
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic (NAVFACSYSCOM ATLANTIC), is seeking proposals for the Comprehensive Long-Term Environmental Action Navy (CLEAN) initiative under solicitation number N62470-24-R-0058. This procurement aims to engage engineering services that will address various environmental challenges faced by the Navy, ensuring compliance with federal regulations and promoting sustainable practices. The services are critical for maintaining environmental integrity and supporting the Navy's mission by mitigating environmental risks associated with its operations. Interested firms should contact Anna Bellinger at anna.bellinger@navy.mil or 757-322-4920, or Rebecca Douglas at rebecca.douglas@navy.mil or 757-322-4704 for further details regarding submission requirements and deadlines.
    NHRC MMS IDIQ
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting proposals for the NHRC MMS IDIQ contract, which focuses on research and development in the physical, engineering, and life sciences. The primary objective of this procurement is to secure health-related research and development services, which are crucial for advancing military health initiatives and ensuring the well-being of service members. Interested parties should note that the contract falls under NAICS code 541715 and PSC code AN42, emphasizing its focus on applied research in health care. For further inquiries, potential bidders can contact Shaina Sollenberger at 215-697-9674 or via email at shaina.sollenberger@navy.mil.
    Professional Services to support the Navy's Public Works Directorate work within the Naval Facilities Engineering Systems Command's (NAVFAC) Atlantic and Pacific (CONUS and OCONUS, WORLDWIDE) Area of Operations
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is seeking proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide professional services supporting the Navy's Public Works Directorate across its Atlantic and Pacific areas of operations. The contract aims to enhance utility management, energy conservation, and operational efficiency at Navy installations worldwide, requiring contractors to demonstrate substantial expertise in managing electric, civil, and mechanical utility systems. With an estimated maximum value of $90 million, the contract includes a base period of 12 months and four optional 12-month extensions, with proposals due by February 24, 2025. Interested parties can contact Jamie Oyelowo at jamie.l.oyelowo.civ@us.navy.mil or Weston Polen at weston.c.polen.civ@us.navy.mil for further details.
    Facility Maintenance Management and Services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking market capabilities for Facility Maintenance Management and Services. The anticipated procurement involves an Indefinite Delivery Indefinite Quantity Contract valued at approximately $250 million over a potential 90-month period, which includes one base year and six option years, covering a range of operational areas such as Command and Staff, Public Safety, Air Operations, Port Operations, Supply, and Facilities Support. This Sources Sought Notice is intended for preliminary market research to inform future solicitations, and interested firms are encouraged to complete a Market Research Questionnaire by February 25, 2025. For further inquiries, interested parties may contact Maureen Pierre-DeMarco at maureen.pierre-demarco.civ@us.navy.mil or Christopher Jennen at christopher.j.jennen.civ@us.navy.mil.
    Mooring Components
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to award a sole-source Indefinite Delivery, Indefinite Quantity (IDIQ) contract for mooring components to Mooring Systems, Inc. (MSI). The procurement aims to support a study on biofouling at depth and the effectiveness of antifouling coatings, which are critical for ensuring operational efficiency in naval operations. The contract, valued at an anticipated ceiling of $210,000, will cover the design and construction of specialized deep-sea moorings, with delivery of materials expected by February 3, 2025. Interested parties can reach out to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or John Paul McCauley at john-paul.mccauley.civ@us.navy.mil for further information.
    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 (N62470-24-R-0072) aimed at addressing environmental contamination at various Navy and Marine Corps installations. The contract encompasses a range of remediation services, including emergency responses, remedial actions, and compliance with federal regulations such as CERCLA and RCRA, with a total maximum value of $95 million over multiple option years. This procurement is critical for ensuring effective environmental remediation and regulatory compliance, reflecting the government's commitment to addressing contaminated sites. Interested small businesses must submit their proposals, including past performance questionnaires and compliance documentation, by the specified deadline, with further inquiries directed to Elizabeth Eliason-Carey at Elizabeth.S.Eliason-Carey.civ@us.navy.mil or by phone at 757-322-4844.