Environmental Remedial Action Contract
ID: N6247018D7013Type: Justification
AwardedMay 5, 2023
Award #:N6247018D7013
Overview

Buyer

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

PSC

REPAIR OR ALTERATION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Z2QA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Atlantic, is seeking proposals for an Environmental Remedial Action Multiple Award Contract aimed at small businesses. This contract will focus on the repair, alteration, and restoration of real property, addressing environmental remediation needs. Such contracts are crucial for maintaining compliance with environmental regulations and ensuring the safety and sustainability of military installations. Interested parties can reach out to Mary Lassiter at mary.lassiter@navy.mil or call 757-322-4593 for further details regarding the procurement process.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Similar Opportunities
    Environmental Remedial Action Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Atlantic, is seeking qualified small businesses for an Environmental Remedial Action Multiple Award Contract. This procurement aims to address the repair or alteration of restoration of real property, which is critical for environmental remediation efforts. The selected contractors will play a vital role in executing projects that contribute to the restoration of affected sites, ensuring compliance with environmental regulations. Interested parties can reach out to Mary Lassiter at mary.lassiter@navy.mil or call 757-322-4593 for further details regarding this opportunity.
    Environmental Remedial Action Contract
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Atlantic, is seeking qualified small businesses for an Environmental Remedial Action Multiple Award Contract. This procurement aims to address the repair or alteration of restoration of real property, emphasizing environmental remediation efforts. The selected contractors will play a crucial role in managing and executing projects that contribute to environmental restoration and compliance. Interested parties can reach out to Mary Lassiter at mary.lassiter@navy.mil or call 757-322-4593 for further information regarding this opportunity.
    FY26 Environmental Remediation MATOC
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Europe District, is seeking qualified firms to participate in a Sources Sought notice for the FY26 Environmental Remediation Multiple Award Task Order Contract (MATOC) in Germany and BENELUX. The objective of this procurement is to gather market research and identify firms capable of providing comprehensive environmental surveillance and remediation services, including surveys, assessments, cleanup, and other mitigation services at Department of Defense facilities. This contract, valued at approximately $45 million over a five-year base period, is crucial for maintaining environmental safety and compliance in overseas military installations. Interested firms should submit their letters of interest and relevant qualifications to Sterling Alphonse at sterling.j.alphonse@usace.army.mil or Robert Corkrum at robert.e.corkrum@usace.army.mil, ensuring responses do not exceed five pages and include specific information about their capabilities and past performance.
    Multimedia Environmental Compliance Services with an Emphasis on Fuel Storage Tanks/Spill, Air Quality, and Waste/Materials
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Washington, is seeking qualified small businesses to provide Multimedia Environmental Compliance Services, focusing on Fuel Storage Tanks, Spill Management, Air Quality, and Waste/Materials. The contract will encompass a full range of environmental compliance services, ensuring adherence to various federal, state, and local regulations, and will be executed as an Indefinite-Delivery/Indefinite Quantity (IDIQ) contract with firm-fixed price task orders. The total contract value is anticipated to reach a maximum of $45 million over a five-year period, with a minimum guarantee of $50,000, and the Request for Proposals (RFP) is expected to be posted on or around January 7, 2026. Interested firms must register on the Procurement Integrated Enterprise Environment (PIEE) website and the System for Award Management (SAM) database to participate in the procurement process.
    Remedial Action at Roebling Steel Superfund Site
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for remedial action at the Roebling Steel Superfund Site, focusing on Operable Units 4 and 5. The objective of this procurement is to engage qualified contractors to perform environmental remediation services, which are critical for addressing contamination and restoring the site to a safe condition. This opportunity is set aside for small businesses under the SBA guidelines, emphasizing the importance of involving smaller firms in federal contracting. Interested parties should contact Heather Scott at heather.a.scott@usace.army.mil for further details, as the solicitation process is currently open.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction services, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The selected contractors will be responsible for a variety of construction tasks, including new construction, renovation, and demolition of facilities supporting military operations. Interested parties must submit both price and non-price proposals by January 14, 2026, with inquiries directed to Holly Snow at holly.r.snow.civ@us.navy.mil or Molly Lawson at Molly.e.lawson.civ@us.navy.mil.
    Vessel Repair IDIQ MATOC
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the Norfolk District, is seeking qualified small businesses to participate in the Vessel Repair Indefinite Delivery Indefinite Quantity Multiple Award Task Order Contract (IDIQ MATOC). This contract aims to provide labor and materials for cyclic and on-demand maintenance and repairs of the Norfolk District Floating Plant, which includes services such as triennial drydocking, underwater hull repair, propulsion system maintenance, and diving support. The Vessel Repair services are crucial for maintaining the operational readiness and safety of marine vessels involved in hydrographic surveys and marine construction work. Interested parties can contact Amy Coody at amy.h.coody@usace.army.mil or 757.201.7883, or Stormie Wicks at stormie.b.wicks@usace.army.mil or (757) 201-7215 for further details, as this opportunity is exclusively set aside for small businesses.
    DB/DBB, IDIQ Multiple Award Construction Contract (MACC) Large Projects Hampton Roads AOR, VA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is conducting market research to identify eligible small businesses for a Design-Build/Design-Bid-Build Indefinite Delivery/Indefinite Quantity Multiple Award Construction Contract (MACC) for large projects in the Hampton Roads Area of Responsibility, Virginia. This contract will encompass a variety of construction services, including new construction, demolition, repair, alteration, and renovation of various facilities, with an estimated total construction cost of up to $975 million over five years. Interested small businesses must demonstrate relevant experience as prime contractors on projects valued at $30 million or more, with specific requirements for bonding capacity and project complexity. Responses are due by January 2, 2026, and should be submitted electronically to Ashlee Beggs at ashlee.r.beggs.civ@us.navy.mil.
    AE Environmental SB MATOC
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting a market survey to identify small business concerns for the AE Environmental SB MATOC project, which focuses on environmental engineering services. The procurement aims to establish an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a five-year duration and an estimated capacity of $40 million, addressing a variety of hazardous, toxic, and radiological sites while ensuring compliance with relevant federal, state, and local regulations. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must submit their qualifications and relevant project experience by January 14, 2026, at 2:00 PM (EST) to Henry Caldera at henry.c.caldera@usace.army.mil.
    MACC for DB/DBB new construction, renovation, alteration and repair for large general, industrial and waterfront construction projects primarily located at PNSY, Kittery ME and NNSY, Portsmouth VA in support of SIOP
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Atlantic, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on new construction, renovation, alteration, and repair projects primarily at the Portsmouth Naval Shipyard in Kittery, Maine, and the Norfolk Naval Shipyard in Portsmouth, Virginia. The contract aims to support significant general, industrial, and waterfront construction projects, with an estimated construction magnitude ranging from $1,000,000 to $50,000,000. This procurement is crucial for maintaining and upgrading naval facilities, ensuring they meet current operational and safety standards. Interested contractors should direct inquiries to Weston Polen at weston.c.polen.civ@us.navy.mil or call 757-322-4749, and must submit proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by the specified deadlines.