ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Multimedia Environmental Compliance Services with an Emphasis on Fuel Storage Tanks/Spill, Air Quality, and Waste/Materials

DEPT OF DEFENSE N4008026R1002
Response Deadline
Mar 11, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Naval Facilities Engineering Systems Command (NAVFACSYSCOM) Washington, is seeking proposals for Multimedia Environmental Compliance Services, focusing on Fuel Storage Tanks/Spill, Air Quality, and Waste/Materials. The procurement aims to ensure compliance with environmental regulations across the Washington DC Area of Responsibility and US Territories, emphasizing the need for specialized experience in various environmental compliance areas. This contract, valued at up to $45 million, is set aside for Total Small Businesses and includes a five-year base period with a six-month option to extend services. Interested parties must submit their proposals electronically by March 11, 2026, and can direct inquiries to Maureen Falaschi at maureen.e.falaschi.civ@us.navy.mil or Claire Kilian at claire.e.kilian.civ@us.navy.mil.

Classification Codes

NAICS Code
541620
Environmental Consulting Services
PSC Code
F107
ENVIRONMENTAL SYSTEMS PROTECTION- TOXIC AND HAZARDOUS SUBSTANCE ANALYSIS

Solicitation Documents

15 Files
N4008026R1002_PPIs_Amendment0003.pdf
PDF420 KBMar 5, 2026
AI Summary
The N4008026R1002 Pre-Proposal Inquiry Log addresses questions for multi-media environmental compliance services with an emphasis on fuel storage tanks, air quality, and waste/materials for NAVFAC Washington DC AOR and US Territories. Key clarifications include confirming that offerors do not need to demonstrate experience in every scope area listed in Attachments E, F, and G, but rather in one or more areas of each. The government also clarified personnel qualifications, page count limitations for proposals, and the ability for one individual to fill multiple key personnel roles. Additionally, the proposal due date has been extended to March 11, 2026. The incumbent contract is N4008021D0010, awarded to Bluestone Interspec JV, LLC, with a $40M ceiling, though historical quantities and incumbent proposals are not releasable. Joint Venture agreements are part of the 35-page limit for Factor 2 if the projects were performed by a JV other than the one proposed for the solicitation.
N4008026R1002_0003.pdf
PDF409 KBMar 5, 2026
AI Summary
Amendment 0003 to Solicitation N4008026R1002, effective March 5, 2026, provides clarification on Pre-Proposal Inquiries (PPIs) #30-34. These clarifications are included as an attachment named "N4008026R1002_PPIs_Amendment0003." The proposal due date for the solicitation remains March 11, 2026. All revised attachments, along with this amendment, will be posted to the PIEE Solicitation Module. This amendment ensures that all terms and conditions of the original solicitation, as previously changed, remain in full force and effect, with the primary purpose of addressing offeror questions.
N4008026R1002_0002.pdf
PDF12595 KBMar 5, 2026
AI Summary
Amendment 0002 for Solicitation N4008026R1002, effective February 18, 2026, details changes to a government contract for multi-media environmental compliance services for the U.S. Navy. The amendment extends the proposal due date to March 11, 2026, and provides government responses to pre-proposal inquiries. It revises the Performance Work Statement/Statement of Work, incorporating new DFARS clauses for Cybersecurity Maturity Model Certification (CMMC) Level 1 (Self) requirements for both contractors and subcontractors. The scope of work includes extensive services in Fuel Storage Tanks/Spill, Air Quality, Waste/Materials, Stormwater, Wastewater, Drinking Water, Environmental Management, Other Environmental Liabilities, Environmental Planning, Natural Resources, Cultural Resources, and Installation Restoration. Contractors must have an office within 150 miles of the Washington Navy Yard. Personnel qualifications are detailed, requiring specific experience and certifications for various roles. Proposals will be evaluated on technical/management approach, corporate experience, safety, and past performance, with an emphasis on lowest-priced, technically acceptable offers. Corporate experience requires 10 recent and relevant projects, with specific numbers in key areas. Safety evaluation includes DART and TCR rates and a technical approach to safety. All revised attachments will be posted to the PIEE Solicitation Module.
Attachment_D_Project_Info_Form.docx
Word35 KBMar 5, 2026
AI Summary
The Project Information Form is a standardized document used to collect detailed information on up to ten projects relevant to a solicitation, such as federal government RFPs, federal grants, or state and local RFPs. Each project submission is limited to two pages and requires specific data points including contractor/JV/team name, project type, contract and task order numbers, title, location, award and completion dates, final contract price, and project completion percentage. It also mandates details on the type of work performed, customer/owner information, the role in which the work was performed (e.g., prime contractor, joint venture), and contract type. A critical section requires a detailed description of the project and its relevance to the solicitation, along with the percentage and description of self-performed work and any coordinated specialized subcontractors or oversight agencies. This form ensures that all submitted project experiences are thoroughly documented and demonstrate the contractor's qualifications for the specific government opportunity.
Attachment_F_Table_2_Air_Quality.docx
Word26 KBMar 5, 2026
AI Summary
Attachment F Table 2 Air Quality outlines specialized experience requirements for projects related to air quality. It details ten distinct areas of expertise, including Air Stage II vapor recovery testing, emergency generator/boiler permit support, air emissions modeling, and performance testing of fuel burning equipment. Other key areas include preparing/supporting Title V permits, air emissions inventory, ozone-depleting substances inventory, and preparation of annual emissions certification reports. This document serves as a reference for assessing a contractor's or grantee's qualifications in various air quality management and compliance activities, likely within the context of federal or state RFPs or grants.
Attachment_E_Table_1_Fuel_Storage_Tanks.docx
Word29 KBMar 5, 2026
AI Summary
Attachment E Table 1, titled "Fuel Storage Tanks/Spills Specialized Experience," outlines a comprehensive list of required specialized experience related to fuel storage tanks and spill management. This document, likely part of a government RFP or grant application, details 21 specific areas of expertise. These areas include various aspects of tank repairs and maintenance for both Underground Storage Tanks (UST) and Aboveground Storage Tanks (AST), tank and oil/water separator cleaning, and different types of tank testing, such as integrity, ultrasonic thickness, and compliance inspections for both USTs and ASTs. It also specifies Maryland Triennial Third-Party UST inspections. The document further covers advanced services like MIC sampling and analysis, tank system product compatibility evaluation, and aging tank system compliance evaluations with recommendation reports. Expertise in new fuel tank system design and installation (10,000-50,000 gallons) is required, alongside UST removal and in-situ closure. Spill-related experience includes UST site investigation, Leaking Underground Storage Tank (LUST) site remediation and closure documentation, and investigation, remediation, and closure for various petroleum, oil, and lubricant (POL) spill sites. Finally, the table lists the development of various plans, including Spill Contingency Plans (meeting OPNAVINST 5090 requirements), SPCC Plans, Facility Response Plans, and Tank Management Plans. This extensive list ensures that any contractor or grantee possesses a broad range of skills necessary for managing fuel storage infrastructure and environmental spill response.
Attachment_C_Price_Template.xlsx
Excel24 KBMar 5, 2026
AI Summary
The document outlines labor categories and associated hours for government contracts across multiple years (Years 1-5 and an option year). It details various professional roles, including program managers, engineers, scientists, technicians, and administrative staff, along with specialized roles such as GIS analysts, CAD operators, and project managers for specific areas like air, hazardous waste, and tanks/spills. Although specific burdened hourly rates and total costs are not provided in this excerpt, the structure indicates a comprehensive breakdown for pricing and resource allocation in federal government RFPs, federal grants, or state and local RFPs. The file also references FAR 52.219-8 and FAR 52.217-8 Option, suggesting compliance with federal acquisition regulations related to small business programs and options for increased quantity.
Attachment_B_PPI_Log_N4008026R1002.xlsx
Excel19 KBMar 5, 2026
AI Summary
The document N4008026R1002, titled "Multi-Media Environmental Compliance Services with an Emphasis on Fuel Storage Tanks/Spill, Air Quality, and Waste/Materials for NAVFACSYSCOM Washington DC AOR and US Territories," serves as a Pre-Proposal Inquiry Log for a government contract. This log is designed to record and track questions from offerors and corresponding government responses regarding the solicitation. The document's structure includes fields for the reference page, section, paragraph, question number, date received, government responder's name and email, offeror's name and email, and amendment number. The classification of the document as "SOURCE SELECTION INFORMATION" indicates its sensitive nature, highlighting its role in ensuring fair and transparent communication during the proposal phase for environmental compliance services, particularly concerning fuel storage, air quality, and waste management.
Attachment_H_PPQ_Form.docx
Word57 KBMar 5, 2026
AI Summary
The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is a five-page document designed for evaluating contractor performance on government contracts. It is used by contractors to gather client feedback for federal solicitations, particularly for NAVFAC projects. The form is divided into sections for contractor information (including CAGE, DUNS, contract type, and project description) and client information (including client role and completion date). A significant portion details an adjective rating system (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) with clear definitions for evaluating various aspects of performance. Clients are asked to rate contractors on quality, schedule/timeliness, customer satisfaction, management/personnel/labor, cost/financial management, safety/security, and general compliance. The form also includes sections for remarks and an overall rating, emphasizing the importance of detailed feedback to assess performance risk. Clients are encouraged to submit the completed questionnaire directly to the offeror or NAVFAC.
Attachment_G_Table_3_Waste_Materials.docx
Word27 KBMar 5, 2026
AI Summary
Attachment G Table 3 Waste/Materials outlines specialized experience requirements likely for government contracts or grants, focusing on environmental waste management and hazardous material handling. Key areas include EPCRA 313 and Tier II/III reports for large quantity generators, hazardous waste management plans, and RCRA Part B permit support. The document also specifies expertise in radon assessment and mitigation for non-residential buildings, asbestos inspection, management, abatement design, remediation, and monitoring. Additionally, it details requirements for lead-based paint (LBP) inspection, surveys, management plans, and abatement design, remediation, and monitoring. This attachment serves as a checklist for demonstrating a contractor's or grantee's qualifications in comprehensive waste and materials management for various projects.
N4008026R1002 0001.pdf
PDF1135 KBMar 5, 2026
AI Summary
Amendment 0001 to Solicitation N4008026R1002 extends the deadline for submitting Pre-Proposal Inquiries (PPI) to February 3, 2026, at 2:00 PM EST. Proposals, including Volume I Price Proposal and Volume II Technical Proposal, must be submitted electronically via the PIEE Solicitation Module by February 25, 2026, at 2:00 PM EST. Mailed or hand-delivered submissions will not be accepted. Offerors are responsible for ensuring timely submission and verifying receipt of all inquiries. The amendment outlines instructions for proposal delivery, pre-proposal inquiries, incurred expenses, and the importance of checking SAM.gov for updates. All other terms and conditions of the original solicitation remain unchanged.
N4008026R1002.pdf
PDF2551 KBMar 5, 2026
AI Summary
This document outlines a Request for Proposal (RFP) for Multimedia Environmental Compliance Services, with a focus on Fuel Storage Tanks/Spill, Air Quality, and Waste/Materials, for Naval Facilities Engineering Systems Command (NAVFACSYSCOM) Washington DC Area of Responsibility (AOR) and US Territories. The contract is a single-award Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract with a maximum value of $45,000,000. It is set aside for Total Small Businesses, using NAICS code 541620. The contract term is a five-year base period with a six-month option to extend services, totaling 66 months. Services will primarily be performed within the NAVFAC Washington AOR, including Washington DC, Maryland, and Virginia, as well as CONUS lands and waters supporting the U.S. Navy, Marine Corps, and other federal entities, and US Territories. The scope includes a wide range of environmental compliance services, such as air quality, fuel storage tank and spill compliance, waste and materials compliance, stormwater, wastewater, drinking water, environmental management systems, other environmental liabilities, environmental planning, natural resources, cultural resources, and installation restoration. Key personnel qualifications and certifications are detailed, including requirements for an office within 150 miles of Washington Navy Yard. The document also includes clauses related to ordering, order limitations, indefinite quantity, and federal acquisition supply chain security.
Attachment_A_PIEE_Vendor_Registration_Instructions.pdf
PDF510 KBMar 5, 2026
AI Summary
The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide outlines the process for vendors to register and manage accounts within the DoD’s PIEE platform, specifically for the Solicitation Module. It details step-by-step instructions for new users to self-register and for existing users to add roles like 'Proposal Manager' (for submitting offers) or 'Proposal View Only.' The guide emphasizes the importance of selecting the correct role based on vendor needs and provides instructions for completing user profiles, company information, and role assignments, including entering CAGE Codes. It also includes information on account activation, help resources for getting started, account support, technical assistance, and a matrix detailing the actions and menu items available for each vendor role.
N4008026R1002_PPIs_Amendment 0002.pdf
PDF116 KBMar 5, 2026
AI Summary
The document, N4008026R1002, addresses pre-proposal inquiries for Multi-Media Environmental Compliance Services for NAVFACSYSCOM Washington DC AOR and US Territories. Key clarifications include that specialized experience tables (Attachments E, F, G) are a subset of the Performance Work Statement, and offerors do not need to demonstrate experience in all listed criteria. Amendments clarify personnel qualifications, such as accepting an AHERA Asbestos Project Designer certification and NACE/AMPP for cathodic protection. Resumes and certifications are not required with proposals. Submission requirements detail 10 recent/relevant projects, with specific allocations for Fuel Storage Tanks/Spill, Air Quality, and Waste/Materials, but not requiring experience in every scope area. The page count for proposals allows 11x17 for organizational charts. One person can fill multiple key personnel roles if qualified. The Technical Specialist requires a BS, 10 years of specialized experience, and a PhD or equivalent certifications. Tank Inspectors collectively need experience in all three categories (above-ground shop-built, above-ground field-erected, and underground). The government extended the proposal due date to March 11, 2026, and the incumbent contract ceiling is $40M.
Attachment_G_Table_3_Waste_Materials_2.10.26.docx
Word25 KBMar 5, 2026
AI Summary
Attachment G Table 3, titled "Waste/Materials Specialized Experience," outlines key areas of expertise required for projects related to environmental waste and hazardous materials management. This table, likely part of a government Request for Proposal (RFP) or grant application, details specific experience categories across ten potential projects. The required specialized experience includes preparing EPCRA 313 and Tier II/III reports for large quantity generators, developing Hazardous Waste Management and/or Contingency Plans for LQGs, and supporting/obtaining RCRA Part B permits for LQGs. Additionally, it mandates experience in radon assessment for a minimum of 15 non-residential buildings or 100 rooms, radon mitigation and testing for institutional buildings over 5000 square feet, asbestos inspection/surveys, asbestos management plans, and asbestos abatement design, remediation, and monitoring. Finally, it specifies experience in Lead-Based Paint (LBP) inspection/surveys, LBP management plans, and LBP abatement design, remediation, and monitoring. The document serves to assess a vendor's qualifications in these critical environmental compliance and remediation fields.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedNov 17, 2025
amendedAmendment #1· Description UpdatedDec 11, 2025
amendedAmendment #2Feb 2, 2026
amendedAmendment #3Feb 18, 2026
amendedLatest AmendmentMar 5, 2026
deadlineResponse DeadlineMar 11, 2026
expiryArchive DateMar 5, 2027

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NAVFACSYSCOM WASHINGTON

Point of Contact

Name
Maureen Falaschi

Official Sources