Environmental Compliance IDIQ Services at Joint Region Marianas (JRM), Guam
ID: N4019225R5001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MARIANASFPO, AP, 96540-2937, USA

NAICS

Environmental Consulting Services (541620)

PSC

OTHER ENVIRONMENTAL SERVICES (F999)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command Marianas, is seeking proposals for Environmental Compliance Indefinite Delivery Indefinite Quantity (IDIQ) Services at Joint Region Marianas (JRM) in Guam. The procurement aims to ensure compliance with federal, U.S. territory, and local environmental regulations across various programs, including clean air, safe drinking water, and hazardous waste management, essential for maintaining operational integrity at military installations. This contract, set aside for small businesses, has a maximum value of $35 million over a 66-month period, with proposals due electronically via the Procurement Integrated Enterprise Environment (PIEE) by October 21, 2025. Interested parties can contact Jerica Santos at jerica.a.santos.civ@us.navy.mil or Andrew Cortez at andrewjames.c.cortez.civ@us.navy.mil for further information.

    Files
    Title
    Posted
    Notice No. 2 addresses questions regarding Solicitation N40192-25-R-5001 for Environmental Compliance IDIQ Services at Joint Region Marianas (JRM), Guam. Key clarifications include the submission of Cover Letter, RFP Documents, and Pre-Award Survey in a separate volume, not within Volume I (Price) or Volume II (Non-Price). Offerors are not permitted to incorporate by reference previously submitted PPQs or CPARS from other RFPs. Projects are defined as stand-alone contracts or individual task orders, not multiple task orders under a single IDIQ, and must be 100% complete for submission. The government will not consider projects that are substantially complete (e.g., 80%) or those where only base years are complete with open optional tasks. Page limits must be adhered to for all proposals. Additionally, the latest NPDES permit for U.S. Naval Base Guam can be accessed online for scope-defining documents.
    This government file, Solicitation No.: N40192-25-R-5001, details the recurring and non-recurring costs and specific environmental compliance services required for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The recurring costs total $600,000 for the base year (2026) through a 6-month extension (2031), with annual costs of $100,000 for each period. Non-recurring costs also total $600,000 across the same timeframe. The contract outlines extensive environmental compliance tasks, including mobilization, environmental compliance management, pollution prevention, clean air programs (e.g., emissions inventory, monitoring, fee payments), ozone-depleting substance management, clean water ashore (e.g., NPDES monitoring, IWDCP inspections), safe drinking water act compliance ashore (e.g., water quality monitoring, CCR reports), and hazardous waste management. These services are crucial for maintaining regulatory compliance at Navy Base Guam (NBG), Andersen Air Force Base (AAFB), and Marine Corps Base Camp Blaz (MCBCB).
    This government file outlines the general information and management/administration requirements for a performance-based contract (N40192-25-R-5001) for services at Joint Region Marianas on Guam and the Northern Marianas Islands. The contract covers both recurring and non-recurring work, organized into 18 annexes, with Annex 1 for general information and Annex 2 for management and administration. Key aspects include the Navy's Performance-Based Service Acquisition (PBSA) approach, a standardized template for contract organization, and various types of related information (informational, clarifying, constraining, and requirement notes). The document details administrative requirements such as working hours, federal holidays, wage determinations, mandatory meetings, training, partnering, permits, insurance, and protection of government property. It also specifies comprehensive management requirements including safeguarding information, work control, deliverables, quality management systems (QMS), mobilization/demobilization plans, and personnel requirements for key staff like the Project Manager, Quality Manager, and Site Safety and Health Officer. Stringent security protocols are outlined for installation access, DBIDS credentials, building access, security clearances, and access to government IT/OT/FRCS systems. Contractor safety programs, environmental management, and sustainability requirements are also detailed, emphasizing compliance with federal regulations and a commitment to energy efficiency and environmental protection. The contractor is responsible for providing all necessary items, except those specified as government-furnished, and must comply with all outlined procedures for recurring and non-recurring work.
    The document, Solicitation No. N40192-25-R-5001, is an Attachment JL-1 Preaward Inquiry Form from July 2011, related to an Environmental Compliance IDIQ Services project at Joint Region Marianas (JRM), Guam. This form is designed for potential bidders to submit questions regarding the solicitation, providing fields for the question's reference (page, section, paragraph), a question number, date received, and a section for the government's response and amendment posting. The document's purpose is to facilitate a transparent pre-award inquiry process, allowing interested parties to seek clarification on the Request for Proposal (RFP) for environmental compliance services, thereby ensuring a fair and informed bidding environment.
    Attachment JL-2, titled "PROJECT DATA SHEET," is a standardized form for offerors to detail their experience when responding to government solicitations like RFPs, federal grants, or state/local RFPs. This two-page document, identified as N40192-25-R-5001, requires firms to provide comprehensive information about past projects. Key details include the firm's name, UEI number, contact information, and whether the work was performed as a prime or subcontractor. It mandates specifics such as contract number, title, location, type (federal, local, other), award and completion dates, and a breakdown of tasks performed. The form also asks for the contract/task order type (e.g., Firm-Fixed Price, Time and Material) and the award and final price. Crucially, offerors must provide a detailed description of the project and its relevance to the current RFP's requirements, distinguishing between overall project work and self-performed tasks, especially if acting as a subcontractor. Optional sections allow for additional notes on project scope, size, or complexity. This data sheet ensures that government agencies receive structured and relevant experience information to evaluate potential contractors.
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is a critical document for evaluating contractor performance in federal, state, and local government RFPs and grants. It requires contractors to provide detailed information about their firm, the type of work performed (e.g., Prime, Sub, Joint Venture), and specific contract details like number, type, title, location, and financial information. A key section is the project description, where contractors explain the work's complexity and relevance to the current submission. Clients then complete sections evaluating the contractor's performance across various categories: Quality, Schedule/Timeliness, Customer Satisfaction, Management/Personnel/Labor, Cost/Financial Management, and Safety/Security. Adjective ratings (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) with clear definitions guide this evaluation. The form emphasizes that clients should ideally submit the questionnaire directly to the offeror for inclusion in their proposal, though direct submission to NAVFAC is also an option. The government reserves the right to verify all submitted information, underscoring the form's importance in assessing performance risk.
    The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide provides instructions for vendors to register for a PIEE user account and utilize the Solicitation Module, an enterprise-level service for the Department of Defense (DoD). This platform automates and secures the process of capturing solicitations, attachments, and industry responses. The guide outlines steps for both new users creating an account and existing users adding roles like "Proposal Manager" (required for offer submission) or "Proposal View Only." It details the registration process, including user ID creation, security questions, profile completion, and role selection using a CAGE Code. The guide also provides resources for help, including Account Support for finding administrators and Technical Support for resolving PIEE issues.
    The provided government file indicates that the document could not be displayed, likely due to an issue with the user's PDF viewer. It suggests upgrading to the latest version of Adobe Reader for Windows, Mac, or Linux by visiting http://www.adobe.com/go/reader_download, or seeking further assistance at http://www.adobe.com/go/acrreader. The file also includes trademark information for Windows, Mac, and Linux. This content is not a typical RFP, grant, or state/local RFP document; instead, it is a technical message to the user about viewing the actual content.
    The pre-proposal conference for Solicitation N4019225R5001 outlines the requirements for Environmental Compliance IDIQ Services at Joint Region Marianas (JRM), Guam. This 100% Small Business set-aside procurement, with a NAICS code of 541620 and a $19 million size standard, will result in a single Firm Fixed-Price (FFP) IDIQ contract for recurring and non-recurring environmental services. The contract has a 12-month base period, four 12-month option periods, and a six-month extension, with a maximum value of $35 million. Proposals are due electronically via PIEE by October 3, 2025, and hard copies must follow. Evaluation factors include the firm's experience, technical and management approach, safety, past performance, and price, with all non-price factors combined being approximately equal to price. Offerors must demonstrate experience in environmental compliance programs, including clean air, safe drinking water, and clean water acts, with additional experience in hazardous waste, solid waste, and oil/storage tank management being favorably considered. Proposals must adhere to strict formatting and page limits, and firms must be registered in SAM prior to award.
    The Scope of Work (SOW) for Environmental Compliance Services outlines the responsibilities of a contractor to provide comprehensive environmental compliance support for Joint Region Marianas (JRM) in Guam, including major military installations like Naval Base Guam, Andersen Air Force Base, and Marine Corps Base Camp Blaz. The contractor will be tasked with preparing and submitting permit applications, conducting environmental monitoring and inspections, maintaining compliance records, and coordinating with regulatory bodies. Key services include managing programs for air quality, hazardous waste, and clean water, as well as specific requirements under various Department of Defense and Navy directives. The contractor must also ensure compliance with numerous federal, state, and local regulations, including the National Environmental Policy Act (NEPA). Overall, this contract emphasizes the importance of environmental stewardship and regulatory adherence in military operations, particularly concerning the specific environmental risks associated with military activities and facilities in the region.
    The Department of the Navy, Naval Facilities Engineering Systems Command, Marianas, issued Notice No. 1 on August 29, 2025, providing general information about a previous contract, N40192-21-D-1820. This information, concerning Environmental Compliance IDIQ Services at Joint Region Marianas (JRM), Guam, is provided to address numerous Freedom of Information Act requests and is strictly for informational purposes. Contractors must base their offers on the new solicitation, as specifications have changed. The previous contract, awarded on January 20, 2021, to Sundance-EA Associates II, had an original term of January 20, 2021, to January 19, 2022, with a total not-to-exceed amount of $30,000,000.00 over 60 months, including options. The last option period exercised was January 20, 2025, to January 19, 2026.
    The Department of the Navy is issuing a pre-solicitation notice for an Environmental Compliance Indefinite Delivery Indefinite Quantity (IDIQ) Services contract at Joint Region Marianas (JRM), Guam, planned for the fiscal year 2026. The contract is designated for small businesses and aims to provide comprehensive environmental services ensuring compliance with federal, local, and Department of Defense regulations. Services include managing programs related to air quality, water safety, hazardous waste, and pollution prevention, applicable to JRM facilities and potentially other locations. The procurement will follow FAR Part 15 Contracting by Negotiation methods with a total contract term of up to 66 months, including options. An anticipated contract value is outlined, with the incumbent contract serving as reference, and specific timelines for proposal submissions and contract awards are indicated. Interested offerors are directed to obtain solicitation documents online via designated government websites and must register for access. The importance of this contract lies in supporting JRM’s environmental oversight and compliance efforts, reinforcing the government’s commitment to sustainability and regulatory adherence.
    This document is a Request for Proposal (RFP) for Environmental Compliance Indefinite Delivery Indefinite Quantity (IDIQ) Services at Joint Region Marianas (JRM), Guam. The procurement is a 100% Small Business Set-Aside with a NAICS code of 541620 (Environmental Consulting Services) and a $19 million small business size standard. The contract type is Firm-Fixed Price (FFP) IDIQ, with a maximum total value not to exceed $35,000,000 over a 66-month period, including a 12-month base period, four 12-month option periods, and an optional six-month extension. The scope of work involves ensuring JRM operations comply with federal, U.S. territory, local, DoD, and Navy environmental regulations across various programs like clean air, water, hazardous waste, and pollution prevention. Services will be performed at Naval Base Guam, Andersen Air Force Base, and Marine Corps Base Camp Blaz, with potential work at other locations. The document details contract line items (CLINs) for mobilization, recurring, and non-recurring work, as well as inspection, acceptance, and payment instructions. Key clauses include limitations on subcontracting, security requirements, and the use of the Wide Area WorkFlow (WAWF) system for electronic invoicing.
    This document, Amendment 0001 to Solicitation N4019225R5001, issued by NAVFACSYSCOM MARIANAS on September 12, 2025, extends the original solicitation dated August 29, 2025. It provides RFP Notice No. 2 as an enclosure, addressing requests for information. Offerors must acknowledge this amendment in Block 14 of the Standard Form 33 with their proposal. All other terms and conditions of the solicitation remain unchanged. The amendment also details procedures for acknowledging receipt, modifying previously submitted offers, and includes sections for accounting data, contract modifications, and signatory information for both the contractor and the contracting officer, Elaine R. Dell'Isola.
    This document is Amendment 0002 to RFP N40192-25-R-5001 for Environmental Compliance IDIQ Services at Joint Region Marianas (JRM), Guam. Key updates include the extension of the proposal receipt date from October 3, 2025, to October 17, 2025, at 4:30 pm (ChST). The amendment also revises Sections L.4.1, L.4.2, and M.2(3)(b) and replaces Attachment JL-6. Offerors must acknowledge all amendments and submit proposals electronically via PIEE and in hard copy. The evaluation criteria prioritize non-price factors (Experience, Technical Approach, Safety, Past Performance) and price, with non-price factors being approximately equal to price. Specific requirements for proposal format, safety data (DART and TCR rates), and past performance documentation are detailed.
    Amendment 0003 for RFP N40192-25-R-5001 pertains to Environmental Compliance Indefinite Delivery Indefinite Quantity (IDIQ) Services at Joint Region Marianas (JRM), Guam. This amendment provides RFP Notice No. 4 in response to requests for information. Offerors are required to acknowledge this amendment, along with all prior amendments, in Block 14 of the Standard Form 33 when submitting their proposals. All other terms and conditions of the original solicitation remain unchanged and in full effect.
    This document, Amendment 0004 to RFP N40192-25-R-5001, outlines the evaluation criteria for an Environmental Compliance Indefinite Delivery Indefinite Quantity (IDIQ) Services contract at Joint Region Marianas (JRM), Guam. It details submission requirements and evaluation bases for price and non-price factors. Non-price factors include Firm Experience, Technical and Management Approach, Safety, and Past Performance. Experience requires 2-5 recent and relevant projects (minimum $1M, 100% completed within 5 years) demonstrating environmental compliance expertise. Technical approach focuses on understanding service requirements, phase-in plans, and workforce management. Safety evaluates DART and TCR rates for the past five years and a Safety Management System narrative. Past Performance requires CPARS or Past Performance Questionnaires for Factor 1 projects. All non-price factors combined are approximately equal to price, with price becoming more important if non-price proposals are similar. The government intends to award without discussions but reserves the right to negotiate or limit the competitive range.
    Amendment 0005 to RFP N40192-25-R-5001 extends the proposal receipt date to October 21, 2025, at 4:30 PM (ChST) for Environmental Compliance Indefinite Delivery Indefinite Quantity (IDIQ) Services at Joint Region Marianas (JRM), Guam. Key changes include revisions to RFP Section L.4.2 regarding proposal copies, replacement of Attachment JL-6 (Written Pre-Proposal Conference) in its entirety, and clarification that offerors must acknowledge all amendments in Block 14 of Standard Form 33. The amendment also details instructions for submitting Requests for Information (RFI), proposal formatting (electronic and hard copies), and submission procedures via PIEE. Additionally, it outlines requirements for joint ventures, SAM registration, Federal Contractor Program compliance (VETS-4212 report), and pre-award survey documentation. All other terms and conditions of the solicitation remain unchanged.
    Amendment 0006 to RFP N40192-25-R-5001, issued by NAVFACSYSCOM MARIANAS, pertains to Environmental Compliance Indefinite Delivery Indefinite Quantity (IDIQ) Services at Joint Region Marianas (JRM), Guam. This amendment, dated October 17, 2025, extends the solicitation, with offers due by August 29, 2025. It includes RFP Notice No. 6 as Enclosure (1) in response to requests for information (RFI). Offerors are required to acknowledge this and all previous amendments in Block 14 of the Standard Form 33 with their proposal. All other terms and conditions of the solicitation remain unchanged. The amendment details requirements for acknowledging receipt and procedures for modifying previously submitted offers, emphasizing that failure to acknowledge may result in the rejection of an offer.
    Similar Opportunities
    Scrap Disposal - Guam
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting proposals for a contract focused on scrap disposal operations in Guam. The selected contractor will be responsible for providing comprehensive services including scrap removal, demilitarization, mutilation, de-manufacturing, disposal, and recycling of various materials, ensuring compliance with environmental regulations and safety standards. This contract is particularly significant as it supports military installations in the Santa Rita region and may involve additional pickup locations as designated by the contracting officer. Proposals are due by 3:00 PM EST on January 15, 2026, and interested parties should direct their submissions and inquiries to Bradley Moehlig and Michael Mamaty via email.
    Environmental Remedial Action Contract
    Dept Of Defense
    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.
    INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS CIVIL PROJECTS AND OTHER PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, PACIFIC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command, Pacific, is seeking qualified architect-engineer firms to provide a range of services for various civil projects under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract, valued at up to $200 million over a one-year base period with four option years, will encompass services such as site development, Military Construction documentation, design-build and design-bid-build documents, technical surveys, cost estimates, and post-construction award services. The procurement is unrestricted under NAICS Code 541330, and firms will be evaluated based on criteria including specialized experience, key personnel qualifications, past performance, and commitment to small business. Interested parties must submit a completed Standard Form SF 330 by January 8, 2026, at 2:00 p.m. Hawaii Standard Time, and can contact Shaun Bissen at shaun.m.bissen.civ@us.navy.mil or Ann Saki-Eli at ann.h.sakieli.civ@us.navy.mil for further information.
    ARCHITECT/ENGINEERING SERVICES FOR ENVIRONMENTAL INVESTIGATIONS, PERMIT APPLICATIONS AND RELATED STUDIES AT VARIOUS NAVY AND MARINE CORPS ACTIVITIES, PACIFIC BASIN AND INDIAN OCEAN AREAS
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific (NAVFAC PAC), is seeking qualified architect-engineer firms to provide professional services for environmental investigations, permit applications, and related studies at various Navy and Marine Corps activities primarily in Hawaii, Guam, Japan, and other locations within the Pacific Basin and Indian Ocean areas. The selected firms will be responsible for a range of services including compliance with environmental regulations, preparation of analytical studies, technical evaluations, and management plans, with a focus on water, wastewater, stormwater, and hazardous waste management. Interested small businesses, including those that are HUBZone, woman-owned, service-disabled veteran-owned, and other small business categories, must submit their qualifications and experience using the Information Summary Matrix by December 29, 2025, at 2:00 PM HST, with a projected contract value of up to $30 million over a potential five-year period. For further inquiries, contact Rachel Isara-Phan at rachel.m.isara-phan.civ@us.navy.mil or Kylee Chun at kylee.k.chun.civ@us.navy.mil.
    FY24 MCON PROJECT P-859, CONSOLIDATED HEADQUARTERS PHASE II, U.S. NAVSUPPACT, MCB GUAM
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific, is seeking qualified contractors for the FY24 Military Construction (MILCON) Project P-859, which involves the construction of a secure Phase 2 space at the Consolidated Headquarters located at Naval Support Activity Marine Corps Base in Guam. The project encompasses various construction elements, including architectural, fire protection, electrical, telecommunications, HVAC, and collateral equipment, with an estimated contract value between $10 million and $25 million and a completion period of approximately 423 calendar days. This opportunity is significant for firms specializing in commercial and institutional building construction, as it requires U.S. prime contractors with U.S. subcontractors and suppliers, all of whom must have valid Top Secret clearance. Interested parties should contact Jacqueline Sivongxay at jacqueline.y.sivongxay.civ@us.navy.mil or call 808-603-4464 for further details, and must submit required vetting forms to gain access to the Request for Proposal (RFP), which is anticipated to be released around December 2025.
    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.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR DESIGN, ENGINEERING, SPECIFICATION WRITING, COST ESTIMATING, AND RELATED SERVICES FOR MILCON AND OTHER PROJECTS AT VARIOUS LOCATIONS UNDER THE COGNIZANCE OF NAVFAC HAWAII
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline architect-engineer services. This procurement aims to engage highly qualified firms to provide design, engineering, specification writing, cost estimating, and related services for Military Construction (MILCON) and other projects, primarily in Hawaii but potentially worldwide. The contract encompasses a base period of one year, with four additional one-year options and a six-month extension, totaling a maximum fee of $200,000,000. Interested firms must submit their qualifications using Standard Form SF330 by December 17, 2025, and are encouraged to review the attached documents for detailed requirements and evaluation criteria, including specialized experience and commitment to small business participation. For further inquiries, contact Brittney Lazo at brittney.a.lazo.civ@us.navy.mil or Kris Nakashima-Wong at kris.e.nakashima-wong.civ@us.navy.mil.
    IDIQ JOC FOR GENERAL CONSTRUCTION PROJECTS AT GOVERNMENT INSTALLATIONS WITHIN NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND SOUTHWEST THE METROPOLITAN SAN DIEGO (NAVAL BASES SAN DIEGO, POINT LOMA, CORONADO AND MARINE CORPS AIR STATION (MCAS) MIRAMAR, CALIF
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for general construction projects at various government installations in the San Diego area, including Naval Bases San Diego, Point Loma, Coronado, and Marine Corps Air Station Miramar. This procurement is specifically set aside for Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and aims to award one contract based on the best value source selection process, focusing on factors such as project management capability, experience, past performance, safety, and price. The contract will have a performance period of 24 months with a potential extension of 36 months, and the estimated maximum value for all contracts combined is $49 million, with task orders ranging from $2,000 to $1 million. Interested contractors should contact Heather Race at heather.l.race.civ@us.navy.mil or (619) 705-4676, and are encouraged to register on the relevant government websites as the solicitation will be available only in electronic format around May 5, 2025.
    Rolling Admission – Request for Proposals under Guam General Ship Repair IDIQ Multiple Award Contract
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is inviting proposals from qualified HUBZone-certified small businesses for rolling admission to the Guam General Ship Repair Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract. This procurement aims to enhance the contractor pool for general ship repair services for vessels operating primarily in Guam, ensuring the ability to meet operational and maintenance requirements in a dynamic environment. The scope of work includes providing all necessary labor, equipment, and materials for ship repair and related functions, with work primarily performed at Government piers on Naval Base Guam and potentially extending to other locations. Interested offerors must submit proposals electronically to Christina Cortez at christina.m.cortez4.civ@us.navy.mil, with evaluations conducted on a rolling basis. For further inquiries, contact Christina Cortez at 671-685-2314.
    Oily Wastewater Treatment Service
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Yokosuka, is seeking qualified contractors to provide Oily Wastewater Treatment Services at Commander, Fleet Activities Yokosuka in Japan. The procurement involves comprehensive services for the collection, purification, recycling, and disposal of oily wastewater, adhering to stringent environmental regulations and focusing on the management of hazardous materials, including Per- and Polyfluoroalkyl Substances (PFAS). This competitive, unrestricted contract is structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with a minimum guarantee of $9,000 and a maximum of $9,000,000, with the period of performance set from January 30, 2026, to January 29, 2027. Interested parties must submit their offers by December 22, 2025, and can reach out to primary contact Yukako Hishikura at yukako.hishikura.ln@us.navy.mil for further information.