RADMAC III
ID: N6247324R0004Type: Solicitation
Overview

Buyer

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

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)
Timeline
    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
    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.
    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 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.
    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.
    Pre-Solicitation Notice ? Formally Utilized Sites Remedial Action Program (FUSRAP) Shallow Land Disposal Area (SLDA) Remediation Project
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Buffalo office, is preparing to solicit bids for the Formally Utilized Sites Remedial Action Program (FUSRAP) Shallow Land Disposal Area (SLDA) Remediation Project. This project aims to address environmental remediation needs at the SLDA, which is critical for ensuring the safety and protection of the surrounding ecosystem. The procurement falls under the NAICS code 562910 for Remediation Services and the PSC code F108 for Environmental Systems Protection, highlighting its focus on environmental remediation efforts. Interested contractors can reach out to Jenna Grainer at jenna.n.grainer@usace.army.mil or call 716-954-1841 for further details as they prepare for the upcoming solicitation.
    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.
    RDTE Program Technical Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the NAVFAC Systems and Expeditionary Warfare Center, is seeking a contractor to provide technical services for an applied Research, Development, Testing, and Evaluation (RDT&E) program focused on Navy-driven research needs related to at-sea compliance and permitting. The contractor will be responsible for generating communication products and facilitating meeting planning and documentation, ensuring adherence to relevant environmental laws and regulations such as the National Environmental Policy Act and the Marine Mammal Protection Act. This procurement is particularly significant as it supports the Navy's ability to conduct uninterrupted at-sea training and testing, with a contract term of one year starting in 2026, plus four option years. Interested women-owned small businesses are encouraged to submit pricing quotes and technical capability statements, with inquiries directed to Nicole Mendes at nicole.mendes@navy.mil or Ryan J. Kenniff at ryan.j.kenniff.civ@us.navy.mil.
    Mid-plume groundwater remediation at the Walton and Lonsbury Superfund Site, Attleboro, Massachusetts
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) New England District, is soliciting proposals for a Firm-Fixed Price service contract focused on mid-plume groundwater remediation at the Walton and Lonsbury Superfund Site in Attleboro, Massachusetts. The project aims to address contamination issues stemming from a former electroplating facility, which operated from 1940 to 2007, by implementing remediation strategies including the use of zero-valent iron to reduce hexavalent chromium in groundwater before it discharges into nearby Bliss Brook. This procurement is set aside for small businesses under the NAICS Code 562910, and interested parties should contact Kyle Hall at kyle.k.hall@usace.army.mil or call 978-318-8479 for further details. The contract is expected to be awarded following a thorough evaluation process, with specific deadlines to be communicated in the solicitation documents.
    WELSBACH RA SATOC
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to issue a presolicitation for a Single Award Task Order Contract (SATOC) for Remedial Action efforts at the Welsbach/General Gas Mantle Superfund Site in Camden County, NJ. This contract, valued at approximately $95 million, aims to ensure continuity of personnel and institutional knowledge for effective soil remediation, which may include designs, interim actions, and laboratory management among other necessary actions. The SATOC will be set aside for small business concerns under NAICS Code 562910, and interested parties must be registered in the System for Award Management (SAM) to be eligible for award. The solicitation is expected to be released around December 15, 2025, and inquiries can be directed to Lauren Minzenberger at lauren.o.minzenberger@usace.army.mil.
    UXO Clearance Services - Fort McCoy
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Unexploded Ordnance (UXO) Clearance Services at Fort McCoy. The procurement aims to ensure the safe removal and remediation of hazardous materials, which is critical for maintaining the safety and usability of military training areas. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under the NAICS code 562910, focusing on remediation services. Interested parties can reach out to Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or by phone at 520-706-0736 for further details regarding the solicitation process.
    F--Emergency Remedial Response Services (ERRS 6)
    Environmental Protection Agency
    The U.S. Environmental Protection Agency (EPA) Region 1 is planning to issue a competitive small business set-aside solicitation for Emergency and Rapid Response Services (ERRS) to address time-critical removals and rapid remedial actions related to hazardous materials and environmental threats. The procurement aims to provide essential services in response to incidents involving oil, hazardous substances, and other pollutants, including those arising from acts of terrorism and natural disasters, within the states of Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island, Vermont, and 10 Tribal Nations. This contract will be a performance-based indefinite delivery/indefinite quantity (ID/IQ) type, with a maximum duration of 60 months, and is expected to be awarded based on a best value approach. Interested parties should monitor the Federal Business Opportunities website for the forthcoming solicitation number 68HE0125R0004 and direct any inquiries to Caitlin Rodgers at rodgers.caitlin@epa.gov or Ian Epstein at Epstein.Ian@epa.gov.