R--Services to perform remedial activities and environmental contaminated sites predominately at Navy and Marine Corps installations.
ID: N6247316N9999Type: Special Notice
Overview

Buyer

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

PSC

SUPPORT SVCS (PROF, ADMIN, MGMT) (R)
Timeline
    Description

    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.

    Point(s) of Contact
    Elia Ram (619) 532-2195
    Files
    No associated files provided.
    Similar Opportunities
    Z -- Enviromental Remedial Action Contract
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Atlantic, is soliciting proposals for an Environmental Remedial Action Contract (RFP N62470-24-R-0072) aimed at addressing environmental contamination at various Navy and Marine Corps installations. The contract seeks qualified contractors to provide comprehensive remediation services, including emergency responses and various remediation methods such as bioremediation and excavation, with a minimum guaranteed contract value of $10,000 and a total maximum value of $95 million over multiple option years. This procurement is critical for ensuring compliance with federal environmental regulations and promoting effective remediation efforts at contaminated sites. Interested small businesses must submit their proposals, including past performance questionnaires and compliance with specified labor rate ceilings, by the designated deadline, with inquiries directed to Elizabeth Eliason-Carey at Elizabeth.S.Eliason-Carey.civ@us.navy.mil or by phone at 757-322-4844.
    B--INDUSTRY DAY FOR NEPA INFRASTRUCTURE
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is conducting an Industry Day for an upcoming requirement for Preparation of Navy, Marine National Environmental Policy Act (NEPA) and other environmental planning related processes/documents. The purpose of the Industry Day is to provide a brief overview of this upcoming requirement and obtain valuable feedback from industry. The Industry Day will be held on Wednesday, July 25, tentatively for 9:00 a.m. at the Commander Naval Region Southwest, Building 1, at the Broadway Complex, 937 Pacific Highway, Nautical Room, 3rd Floor, Room C301B, San Diego, California 92132. Contractors interested in attending the Industry Day shall notify the contract specialist, Christine Reyes via email at christine.reyes@navy.mil, no later than July 13, 2018, providing your Company name, the name, title, email address and phone number of the attendee(s).
    F--099 All Other Professional, Scientific, and Technical Service
    Buyer not available
    Presolicitation notice from the Department of Defense, specifically the Department of the Navy, for natural resource services at various locations within Naval Facilities Engineering Command, Southwest's area of responsibility. The services include biomonitoring, inventorying, surveying, mapping, and related technical data and reports in compliance with applicable Department of Defense, Department of Navy, and federal, state, and local statutes and regulations. The procurement is a 100% Small Business set-aside with the intent to award no more than four Firm-Fixed Price, multiple award contracts. The contracts will be for a two-year base period and a three-year option period, with a minimum guarantee of $5,000. The aggregate value of task orders issued under the contracts will not exceed $30,000,000. The solicitation will be available electronically and the issue date is expected to be on or about March 19, 2019, with a closing date for receipt of proposals on April 18, 2019. The primary contact for this solicitation is Penny Brown, Contract Specialist.
    SPE603-25-R-0503 DFSP Norwalk and DFSP San Pedro Environmental Services
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for environmental services at the Defense Fuel Support Points (DFSP) in Norwalk and San Pedro, California, under solicitation SPE603-25-R-0503. The procurement aims to secure indefinite-delivery indefinite-quantity (IDIQ) firm fixed-price contracts for environmental remediation, compliance, and facility maintenance services, with a primary goal of site closure and restoration while adhering to regulatory requirements. This initiative is crucial for managing environmental liabilities and ensuring compliance with federal, state, and local regulations, particularly concerning contamination from petroleum hydrocarbons and per- and polyfluoroalkyl substances (PFAS). Interested parties must register in the System for Award Management (SAM) and submit their proposals by the specified deadlines, with a total estimated funding of $2.5 million for Norwalk and $7 million for San Pedro, and a performance period from July 1, 2025, to June 30, 2029, with an option for a six-month extension. For further inquiries, contact Rhoji Fernandez at Rhoji.Fernandez@DLA.mil or Mark A. Laskoski at mark.laskoski@dla.mil.
    B--503 Studies/Archeological-Paleontologicalfor the anticipated follow-on Cultural Resources Multiple Award contract
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is conducting an Industry Day for an upcoming requirement for Cultural Services at various locations within the NAVFAC Southwest area of responsibility. The work will primarily be performed in Arizona, California, Colorado, Nevada, New Mexico, and Utah. The purpose of the Industry Day is to provide an overview of the requirement and obtain feedback from industry. The NAICS Code for this acquisition is 541720 - Historic and Cultural Preservation Research and Development, and Archeological Research and Development Services. The contract term will be for a twelve-month base period and four one-year option periods, for a total maximum contract term of five years. The Industry Day will be held on Tuesday, February 28th, tentatively for 10:00 a.m. at the Commander Naval Region Southwest, Building 1, at the Broadway Complex, 850 Pacific Highway, Nautical Room, 3rd Floor, San Diego, California 92132. Contractors interested in attending the Industry Day shall notify the contract specialist, Penny Brown via email at penny.brown@navy.mil, no later than February 17, 2017.
    N62473-24-R-3210 Pre-Solicitation Notice
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFACSYSCOM SOUTHWEST), is preparing to solicit proposals for facilities support services under the contract number N62473-24-R-3210. This procurement is a Total Small Business Set-Aside, aimed at providing essential housekeeping and facilities operations support services, which are critical for maintaining operational readiness and efficiency at various military installations. Interested small businesses are encouraged to engage in this opportunity, as the services provided will play a vital role in the overall upkeep and functionality of defense facilities. For further inquiries, potential bidders can contact Christine Roundy at christine.a.roundy.civ@us.navy.mil or by phone at 619-705-4937, or reach out to Christopher Jennen at christopher.j.jennen.civ@us.navy.mil or 619-705-4920.
    Facility Maintenance Management and Services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking market capabilities for Facility Maintenance Management and Services. The anticipated procurement involves an Indefinite Delivery Indefinite Quantity Contract valued at approximately $250 million over a potential 90-month period, which includes one base year and six option years, covering a range of operational areas such as Command and Staff, Public Safety, Air Operations, Port Operations, Supply, and Facilities Support. This Sources Sought Notice is intended for preliminary market research to inform future solicitations, and interested firms are encouraged to complete a Market Research Questionnaire by February 25, 2025. For further inquiries, interested parties may contact Maureen Pierre-DeMarco at maureen.pierre-demarco.civ@us.navy.mil or Christopher Jennen at christopher.j.jennen.civ@us.navy.mil.
    MARINE AND BIOLOGICAL RESOURCES MONITORING AND PROGRAM MGMT SVCS at Various Locations - Naval Facilities Engineering Commands Atlantic and Pacific area of Responsibility Worldwide
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for Marine and Biological Resources Monitoring and Program Management Services across various locations worldwide. The contract, which has a maximum value of $75 million and a duration of up to five years, aims to conduct essential research and monitoring activities on marine species, including marine mammals and sea turtles, to ensure compliance with environmental regulations such as the Marine Mammal Protection Act and the Endangered Species Act. This opportunity underscores the Navy's commitment to environmental stewardship and the importance of thorough data management and reporting in marine resource management. Interested contractors should contact Nicole Smith at 757-322-4649 or via email at Nicole.smith100.civ@us.navy.mil for further details and to submit their proposals.
    R--FY16-21 Contract Labor Support Services for Professional Support Services for NAVFAC Southwest, San Diego, California
    Buyer not available
    Presolicitation notice from the Department of Defense, Department of the Navy, is seeking contract labor support services for professional support services for NAVFAC Southwest in San Diego, California. The services include technical support such as program management, environmental, asset management, project management, planning, design, scheduling, cost estimating, and construction management support. The contractor will assist with the development of planning documentation, project scopes, schedules, budgets, technical analyses, status reports, briefs, etc. Various positions are required, including Design Manager, Project Manager, Planning and Engineering, Planning and Engineering Technician, Planner, Construction Manager, Engineering Technician, Field Support, NEPA Specialist, Environmental Compliance Specialist, Natural Resources Specialist, Hazardous Waste Program Manager, Environmental Protection Specialist, and Technical Specification Writer.
    EV35, Newport, Site 8, Phase 2 Injection RA, RAOMAC
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the environmental remediation operations and maintenance at Sites 1 and 4 of the Naval Weapons Industrial Reserve Plant in Bethpage, New York. The contract focuses on long-term maintenance, including groundwater sampling, waste management, and compliance with environmental regulations, with a project duration of 24 months starting April 1, 2025. This procurement is critical for ensuring the integrity of environmental restoration efforts and adherence to health and safety standards. Interested small businesses must submit their proposals via the PIEE system by March 11, 2025, and can direct inquiries to Georgia Scott at georgia.scott@navy.mil or by phone at 757-341-0691.