Environmental Sampling
ID: N4008525R2568Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Testing Laboratories and Services (541380)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- TOXIC AND HAZARDOUS SUBSTANCE ANALYSIS (F107)
Timeline
  1. 1
    Posted Mar 21, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 21, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 6:00 PM UTC
Description

The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), is seeking qualified contractors for an Indefinite Quantity/Indefinite Delivery (IDIQ) contract focused on environmental sampling services at Naval Support Activity (NSA) Crane in Indiana. The contract will encompass a range of services including building and equipment surveys, consultation on hazardous materials, and laboratory analysis, all in compliance with federal, state, and local regulations. This opportunity is particularly aimed at small businesses, including 8(a) firms, Service Disabled Veteran Owned Small Businesses (SDVOSB), Historically Underutilized Business Zone (HUBZone) concerns, and Woman-Owned Small Businesses (WOSB), with a contract term of 12 months and four optional 12-month extensions. Interested parties must submit their Statement of Qualifications by 2:00 p.m. (EDT) on April 7, 2025, to Cynthia VanBibber at cynthia.m.vanbibber.civ@us.navy.mil, with the solicitation expected to be released around April 8, 2025.

Files
No associated files provided.
Lifecycle
Title
Type
Environmental Sampling
Currently viewing
Sources Sought
Similar Opportunities
Custodial Services at Naval Station Norfolk, Norfolk, Virginia
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), is seeking qualified small business contractors to provide custodial services at Naval Station Norfolk, Virginia. The anticipated procurement will be structured as a Firm-Fixed Price/Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a maximum duration of 60 months and an expected annual value of at least $3 million. This opportunity is crucial for maintaining cleanliness and operational readiness at the facility, encompassing tasks such as waste management, floor care, and restroom sanitation. Interested parties, including Small Disadvantaged, Women-Owned, Service-Disabled Veteran-Owned, HUBZone, and 8(a) certified firms, must submit a capabilities package by April 22, 2025, to Shayna Martin at shayna.n.martin2.civ@us.navy.mil, detailing their relevant experience and operational capabilities.
MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) – NSWC Crane
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting proposals for a Multiple Award Construction Contract (MACC) to support various construction projects in Indiana. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract has an estimated total value of up to $48.7 million, with a minimum firm-fixed-price of $500 for awarded contracts, and emphasizes the importance of small business participation, targeting at least 40% of subcontracted dollars to small businesses. Offerors must demonstrate their technical capabilities, management approaches, and past performance while adhering to specific proposal formatting and content guidelines. Interested parties should contact Aaron Hohl at aaron.m.hohl.civ@us.navy.mil for further details and ensure they are registered in the necessary government systems to participate in this competitive procurement process.
Environmental Restoration Architect-Engineering IDIQ
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Northwest, is seeking qualified small business architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on Environmental Restoration services. The contract, valued at up to $45 million, will primarily support environmental projects across various locations in Washington and Alaska, with a base period of 24 months and an option for an additional 36 months, plus a potential six-month extension. This procurement emphasizes the importance of environmental management and rehabilitation at military installations, with submissions evaluated based on specialized experience, professional qualifications, and past performance. Interested firms must submit their qualifications electronically by April 28, 2025, and can direct inquiries to Solomon Ocansey or Kimberly Gillette via their provided email addresses.
Urinalysis Testing IDIQ
Buyer not available
The Department of Defense, specifically the Army Contracting Command in Rock Island, Indiana, is seeking proposals for a five-year Indefinite Delivery-Indefinite Quantity (IDIQ) contract for Urinalysis Testing services. The procurement involves urine sample collection services, which must comply with the Substance Abuse and Mental Health Services Administration (SAMHSA) guidelines, and will be conducted within a 15-mile radius of the Crane Army Ammunition Activity. This contract is crucial for maintaining workplace safety and regulatory compliance through drug testing, with a minimum of one test and a maximum of 400 tests per year, totaling between 5 and 2,000 tests over the contract's life. Interested small businesses must submit their proposals by April 16, 2025, and can direct inquiries to the primary contact, Samantha Ward, at samantha.m.ward12.civ@army.mil, or the secondary contact, Bryce Willett, at bryce.t.willett.civ@army.mil.
Sources Sought: Natural Resources Services for NAVFAC SW
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is conducting a Sources Sought announcement to identify qualified small businesses for potential contracts related to natural resources services across several western states, primarily California. The Navy seeks to gather information on businesses capable of providing a range of environmental studies and management services, including botanical and wildlife surveys, wetlands delineations, biological monitoring, and the development of natural resource management plans. This opportunity is crucial for ensuring effective management of military lands and resources, with an expected contract value of approximately $100 million over a period of up to eight years. Interested parties, particularly those classified as SBA-certified 8(a), HUBZone, Economically Disadvantaged Women-Owned, and Service-Disabled Veteran-Owned Small Businesses, must submit their responses by April 30, 2025, and can contact Kevin Magennis or Eunjew Dame for further information.
B3330W Office Renovations
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting bids for the renovation of office spaces B-3330W Rooms 129 and 132 at the Naval Support Activity in Crane, Indiana. The project entails comprehensive construction activities, including the removal of existing flooring and furniture, installation of new drywall, HVAC systems, and the procurement and installation of new office furniture, aimed at creating an improved workspace for a branch manager. This procurement is set aside for small businesses, with an estimated project value between $100,000 and $250,000, and requires contractors to attend a mandatory site visit on April 9, 2025, with proposals due by April 18, 2025, at 4:00 PM Eastern Time. Interested parties should contact Kacey Jones at kacey.l.jones5.civ@us.navy.mil for further details and to confirm attendance at the site visit.
INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR UTILITY ENGINEERING, UTILITY INFRASTRUCTURE MANAGEMENT, UTILITY OPERATION AND MAINTENANCE, AND UTILITY MANAGEMENT SERVICES WORLDWIDE
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM Atlantic), is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on utility engineering, infrastructure management, operation and maintenance, and utility management services worldwide. The contract, estimated at a maximum value of $80 million, includes a base period of one year with four optional one-year extensions and a guaranteed minimum of $10,000. This procurement is critical for ensuring effective management and operation of utility services at government installations, emphasizing the importance of specialized services such as utility master planning and risk assessments. Interested firms must submit their qualifications using the SF 330 form by May 27, 2025, and are encouraged to engage with small businesses as part of their proposal. For further inquiries, contact Jamie Oyelowo at jamie.l.oyelowo.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil.
Annual INDUSTRIAL HYGIENE SURVEY Fleet Readiness Center (FRC) Jacksonville, FL
Buyer not available
The Department of Defense, through the Fleet Readiness Center in Jacksonville, Florida, is soliciting proposals for conducting an Annual Industrial Hygiene Survey at Naval Air Station Jacksonville. The primary objective of this procurement is to monitor exposure to heavy metals and occupational noise, ensuring compliance with health and safety regulations, while enhancing worker safety in industrial environments. Key tasks include air monitoring, surface sampling, evaluation of personal protective equipment, and assessment of breathable air quality, with results to be provided within two weeks of the survey. Proposals are due by April 14, 2025, and the contract will span one base year with four optional years, with the selected contractor required to utilize an AIHA accredited laboratory for analysis. Interested parties can contact Carolyn Powell at carolyn.a.powell.civ@us.navy.mil or (301) 757-6070 for further information.
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.
Indefinite Delivery/Indefinite Quantity (IDIQ) contract for VERTICAL TRANSPORTATION EQUIPMENT (VTE) MAINTENANCE AND REPAIR SERVICES
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic (NAVFACSYSCOM), is seeking contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on Vertical Transportation Equipment (VTE) maintenance and repair services at the Naval Support Activity in Crane, Indiana. The contract encompasses both recurring and non-recurring services, including maintenance, repair, alteration, and minor construction for various VTE such as elevators and lifts, adhering to ASME-A17.1 safety standards. This procurement is critical for ensuring the operational safety and reliability of approximately 20 elevators and 8 lifts on the base, with a contract term of 12 months and four optional 12-month extensions, not to exceed 60 months in total. Interested parties should contact Melissa Willis at melissa.willis1@navy.mil or Carrie Grimard at carrie.l.grimard.civ@us.navy.mil for further details.