RADMAC III
ID: N6247324R0004Type: Solicitation
Overview

Buyer

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

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)
Timeline
  1. 1
    Posted Oct 11, 2023, 10:58 PM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 9:00 PM UTC
Description

The Department of Defense, through the Naval Facilities Engineering Command Southwest, is soliciting proposals for the RADMAC III program, focusing on environmental remediation services under solicitation N62473-24-R-0004. The procurement aims to address complex remediation projects, with a specific emphasis on small business participation, which has been adjusted to a minimum requirement of 20% of the total contract value. This opportunity is critical for ensuring effective environmental protection and remediation efforts, reflecting the government's commitment to maintaining high standards while facilitating small business involvement. Interested contractors should direct inquiries to Joshua Mentink at joshua.m.mentink.civ@us.navy.mil or Taylor Faust at taylor.a.faust.civ@us.navy.mil, and must acknowledge receipt of amendments to avoid rejection of their proposals, with the proposal due date remaining unchanged.

Files
Title
Posted
Apr 10, 2025, 9:05 PM UTC
This document serves as Amendment No. 0003 to the solicitation identified as N6247324R0004, dated November 14, 2023. The amendment primarily addresses the incorporation of a Request for Information (RFI) Log that details all submitted RFIs and corresponding government responses to date. Importantly, the proposal due date remains unchanged, and all other terms and conditions of the solicitation continue to apply without modification. The amendment emphasizes the necessity for offerors to acknowledge receipt of this amendment before the specified deadline to avoid offer rejection. These updates are crucial as they provide clarity and additional information for potential contractors regarding the ongoing solicitation process, aligning with established protocols for government RFPs and grants.
Mar 28, 2024, 7:16 AM UTC
Mar 28, 2024, 7:16 AM UTC
Apr 10, 2025, 9:05 PM UTC
The document outlines the Government's responses to multiple Requests for Information (RFIs) related to the solicitation N62473-24-R-0004 for the RADMAC III program. Key topics include clarifications on proposal submission requirements, amendments to small business participation goals, and evaluation criteria for relevant corporate experience. Specifically, the minimum small business participation requirement was adjusted from 42.44% to 20% of the total contract value, reflecting the complexity of the project and previous practices. The RFP emphasizes the necessity of submitting a mandatory Project Data Sheet, which was not initially included, causing confusion among bidders. Additionally, the coordination between primes and subcontractors is addressed, detailing the acceptance of past performance credit from subcontractors. Overall, the document highlights the Government's intent to streamline the proposal process while maintaining rigorous standards for evaluation and participation of small businesses. It underscores the importance of clear communication and documentation within the federal contracting process to facilitate successful project execution. Relevant amendments to submission formats, evaluation structures, and defined relationships among contractors and subcontractors are crucial for aligning expectations and ensuring compliance with federal requirements.
Lifecycle
Title
Type
RADMAC III
Currently viewing
Solicitation
Similar Opportunities
Environmental Restoration Architect Engineering IDIQ
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Northwest (NAVFAC NW), is seeking qualified small business architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on Environmental Restoration services. This procurement aims to address environmental projects primarily in Washington and Alaska, with potential work extending to Oregon, Idaho, Montana, and Wyoming, emphasizing the importance of compliance with federal regulations and effective environmental management. The contract, valued at up to $45 million over a maximum duration of 66 months, requires firms to demonstrate specialized experience, professional qualifications, and strong past performance, with submissions due by April 28, 2025. Interested parties can contact Solomon Ocansey at solomon.a.ocansey.civ@us.navy.mil or Kimberly Gillette at kimberly.a.gillette4.civ@us.navy.mil for further information.
F--R10 Emergency and Rapid Response Services (ERRS)
Buyer not available
The Environmental Protection Agency (EPA) is seeking proposals for the R10 Emergency and Rapid Response Services (ERRS) contract, aimed at providing essential environmental remediation services. This procurement is specifically set aside for small businesses, in accordance with FAR 19.5, and falls under the NAICS code 562910, which encompasses remediation services. The services are critical for addressing urgent environmental issues and ensuring compliance with environmental protection standards. Interested parties must submit their proposals by April 25, 2024, and can direct inquiries to Shaneka McKinney at McKinney.Shaneka@epa.gov or by phone at 913-551-7780.
Remedial Action Operations at Former Fort Devens, Devens, Massachusetts
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for environmental services and remedial action operations at the former Fort Devens and the Sudbury Training Annex in Massachusetts. This procurement aims to address long-term monitoring, operations and maintenance activities, remedial action operations, and community relations support related to environmental contamination, particularly focusing on per- and polyfluoroalkylated substances (PFAS) and other contaminants. The contract, valued at $25 million, will be a Single Award Task Order Contract (SATOC) with a five-year ordering period, set aside for small businesses under the SBA 8(a) Business Development Program. Interested parties can reach out to Brian Mannion at brian.t.mannion@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL for further details.
mold remediation supplies
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking suppliers for mold remediation supplies through a Combined Synopsis/Solicitation. This procurement is aimed at acquiring essential materials necessary for effective mold remediation, which is crucial for maintaining health and safety standards in military facilities. The opportunity is set aside for small businesses under the SBA guidelines, with the relevant NAICS code being 333248, indicating it falls under the category of All Other Industrial Machinery Manufacturing. Interested vendors can reach out to Marlow Amparo at marlow.amparo@socom.mil or by phone at 270-412-0300, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details.
CLN AGT,AXAREL
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of CLN AGT,AXAREL, a cleaning and polishing compound, under a total small business set-aside contract. The procurement aims to fulfill specific material and physical requirements as outlined in the associated drawings and specifications, ensuring compliance with military standards for quality and inspection. This contract is crucial for maintaining the operational readiness of naval equipment and facilities, emphasizing the importance of high-quality sanitation products. Interested vendors should contact Joshua D. Martin at 717-605-4356 or via email at JOSHUA.D.MARTIN76.CIV@US.NAVY.MIL for further details, with proposals due by the specified deadline.
CLEANING COMPOUND
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of a cleaning compound under a total small business set-aside. The procurement requires the contractor to produce a cleaning compound that meets specific material and physical requirements, with compliance to various military standards for marking and inspection. This cleaning compound is essential for maintaining equipment and facilities within the Navy, ensuring operational readiness and safety. Interested vendors should contact Joshua D. Martin at 717-605-4356 or via email at JOSHUA.D.MARTIN76.CIV@US.NAVY.MIL for further details, as the solicitation is open for submissions from small businesses in the chemical manufacturing sector.
Treatment, Storage, and Disposal Facilities (TSDF) 3rd Party Inspections
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals from qualified contractors to conduct third-party inspections of Treatment, Storage, and Disposal Facilities (TSDF) handling hazardous waste. The objective of this procurement is to ensure compliance with federal, state, and local regulations regarding hazardous waste management, with services required both within the Continental United States (CONUS) and Outside the Continental United States (OCONUS) over a five-year term. This initiative is critical for maintaining environmental safety and regulatory compliance in the management of hazardous materials, thereby supporting the DLA's commitment to public health and safety. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by 2:00 p.m. Eastern Standard Time on the specified deadline, and can direct inquiries to Matthew Wonch at matthew.wonch@dla.mil or by phone at 269-967-9421.
Commercial Industrial Services (CIS) Scaffolding Services Follow-on, Multiple Award Contract, Indefinite Delivery Indefinite Quantity (MAC-IDIQ)
Buyer not available
The Department of Defense, through the Southwest Regional Maintenance Center, is seeking proposals for Commercial Industrial Services (CIS) Scaffolding Services under a multiple award indefinite delivery indefinite quantity (MAC-IDIQ) contract. The procurement aims to provide labor, services, equipment, and materials for the on-load, assembly, certification, modification, disassembly, and offload of scaffolding and fall protection materials onboard U.S. Navy ships within a 50-mile radius of San Diego, CA. This contract is crucial for maintaining operational readiness and safety standards aboard naval vessels. Interested small businesses are encouraged to contact Mira Brown at miramaje.c.brown.civ@us.navy.mil or Roderick Rioveros at roderick.q.rioveros.civ@us.navy.mil to receive notifications regarding the Request for Proposal (RFP) posting, which is expected to be awarded based on best-value procurement criteria, including past performance and technical evaluations.
IDIQ MACC SMALL BUSINESS SET-ASIDE FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF ROOFING PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Southwest (NAVFACSYSCOM), is soliciting proposals for a multiple award construction contract (MACC) set aside for small businesses, focusing on new construction, renovation, and repair of roofing projects at various government installations. The procurement aims to award approximately three or more Indefinite Delivery Indefinite Quantity (IDIQ) contracts for roofing systems, which may include installation, maintenance, and emergency repairs across several states, primarily California, with an estimated total contract value of $200 million over a maximum duration of eight years. Interested contractors must register on the SAM.gov website and are encouraged to check for updates, as no hard copies of the solicitation will be provided. For further inquiries, Elson Muzada can be contacted at elson.g.muzada.civ@us.navy.mil or by phone at 619-705-4662.
Bulkhead Replacement to Support the Raymark Superfund Site Remediation in Stratford, Connecticut
Buyer not available
The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the replacement of a bulkhead to support the remediation efforts at the Raymark Superfund Site in Stratford, Connecticut. This project involves significant construction work aimed at restoring the site, which is critical for environmental safety and compliance with federal regulations. The selected contractor will be responsible for ensuring that the bulkhead meets all necessary engineering and environmental standards, contributing to the overall remediation of the contaminated area. Interested contractors can reach out to Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL for further details, with the procurement process expected to follow standard federal contracting timelines.