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
  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
R--Services to perform remedial activities and environmental contaminated sites predominately at Navy and Marine Corps installations.
Buyer not available
Special Notice DEPT OF DEFENSE DEPT OF THE NAVY: Services to performing remedial activities at environmentally contaminated sites predominately at Navy and Marine Corps installations. This procurement is seeking services for performing remedial activities at environmentally contaminated sites, primarily at Navy and Marine Corps installations. The sites include those ranked on the Superfund National Priority List (NPL) and non-NPL sites regulated under various environmental acts. The work will be performed at various locations within Naval Facilities Engineering Command, Southwest (NAVFAC SW) footprint, with a focus on California. The contract may be a Multiple Award Contract with a maximum value of $240M. Small and large businesses may be eligible to participate. An Industry Day will be held on July 25, 2016, in San Diego, CA, for interested firms to learn more about the technical services required.
Northwestern Division Regional $245 million Pre-placed Remedial Action Contract Indefinite Delivery / Indefinite Quantity Multiple Award Task Order Contract
Buyer not available
The Department of Defense, through the Department of the Army's W071 Endist Seattle office, is announcing a presolicitation for a $245 million Pre-placed Remedial Action Contract, which will be structured as an Indefinite Delivery/Indefinite Quantity Multiple Award Task Order Contract. This procurement aims to secure remediation services under the NAICS code 562910, focusing on environmental systems protection and environmental remediation. The contract is particularly significant for addressing environmental concerns and ensuring compliance with federal regulations. Interested parties, especially those eligible under the 8(a) set-aside program, are encouraged to reach out to Shawna West at shawna.m.west2@usace.army.mil or Curt Stepp at curt.stepp@usace.army.mil for further details, as outlined in the attached pre-solicitation notice.
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.
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 an environmental services contract focused on Remedial Action Operations at the former Fort Devens and Sudbury Training Annex in Massachusetts. The contract, valued at $25 million, aims to address environmental remediation efforts, including long-term monitoring, operations and maintenance activities, and community relations support, particularly concerning contaminants such as solvents, petroleum, metals, and per- and polyfluoroalkyl substances (PFAS). This initiative is critical for ensuring compliance with federal environmental regulations and safeguarding public health in areas previously impacted by military activities. Interested contractors 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, with the contract expected to span five years from the award date.
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.
Special Notice to W912PL25S0011
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), has issued a Special Notice (W912PL25S0011) regarding market research for environmental remediation services in California. The notice indicates that requests for stand-alone clearing services, such as those for schools and churches, have been minimal, and USACE does not anticipate posting any competitive solicitations related to this sources sought. This opportunity is significant as it pertains to environmental systems protection, which plays a crucial role in maintaining public health and safety. Interested parties should note that this is primarily for information-gathering purposes, and no specific deadlines or funding amounts have been provided at this time.
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 Systems Command Southwest, 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, with work primarily anticipated in California, covering a range of roofing systems and associated tasks, including installation, maintenance, and emergency repairs. The total estimated value of the contracts is $200 million, with task orders ranging from $100,000 to $7.5 million, and a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Elson Muzada at elson.g.muzada.civ@us.navy.mil or Jaime Flores at jaime.r.flores4.civ@us.navy.mil for further details, and must register on the SAM.gov website to access the solicitation, which will be available in electronic format only.
Bulkhead Replacement to Support the Raymark Superfund Site Remediation in Stratford, Connecticut
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers New England District, is seeking certified small business contractors for a Bulkhead Replacement project to support the Raymark Superfund Site Remediation in Stratford, Connecticut. The project involves the installation of approximately 515 linear feet of a new 20-foot-deep steel sheet pile bulkhead, along with associated work such as regrading, installation of rip rap, and drainage enhancements, with an estimated construction value between $1,000,000 and $5,000,000. This project is critical for environmental remediation efforts at the site, which is located on a privately owned parcel and is expected to commence construction in Summer 2025, following a planned solicitation release in Spring 2025. 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.
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.
NATIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT III - POOL ONE (NMACC III – Pool 1): BASE SEATTLE SLIP 36 COMPREHENSIVE ENVIRONMENTAL RESPONSE COMPENSATION AND LIABILITY ACT (CERCLA) CLEAN UP AND WATERFRONT RECAPITALIZATION PHASE 1A
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the National Multiple Award Construction Contract III - Pool One (NMACC III – Pool 1) to undertake a comprehensive environmental cleanup and waterfront recapitalization project at Base Seattle. This project, valued at approximately $190 million, involves the demolition of existing structures, upgrading utilities, dredging contaminated sediment, and constructing new facilities to support the homeporting of new USCG Polar Security Cutters. The procurement process emphasizes compliance with environmental standards and construction labor regulations, with key deadlines for proposal submissions set for non-price proposals by April 29, 2025, and price proposals by May 7, 2025. Interested parties should direct inquiries to Ms. Mathuei M. Kenneybrew at mathuei.m.kenneybrew@uscg.mil for further information.