Architect-Engineering Services for Comprehensive Long-Term Environmental Action Navy VII (CLEAN VII), Naval Facilities Engineering Systems Command Pacific
ID: N6274225R1800Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM PACIFICJBPHH, HI, 96860-3134, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific (NAVFAC Pacific), is seeking qualified architect-engineering firms to provide comprehensive long-term environmental action services under the CLEAN VII program. The procurement aims to identify capable small business concerns, including Section 8(a), HUBZone, woman-owned, and service-disabled veteran-owned businesses, to support the Department of the Navy’s Environmental Restoration Program, which includes Installation Restoration and Munitions Response programs in compliance with federal environmental regulations. The contract will encompass a range of services such as site evaluations, remedial designs, and ecological risk assessments, with a total contract value of up to $980 million over a potential five-year period. Interested firms must submit their qualifications and past performance questionnaires by 10:00 AM HST on November 4, 2024, to the designated contacts, Samantha Tomisato and Kori-Ann Tanaka, via email.

    Files
    Title
    Posted
    The Past Performance Questionnaire (Form PPQ-0) is a crucial component in government contracting, requiring contractors to provide comprehensive data on their previous projects. The form necessitates the completion of several blocks by both the contractor and the client, including contractor details (name, contact information, contract specifics), type of work performed, and project complexity. Clients are asked to evaluate the contractor’s performance based on multiple criteria including quality of work, timeliness, cost management, safety, and overall satisfaction. Ratings range from Exceptional to Unsatisfactory, assessing how well contractors meet contractual requirements. Additionally, clients are encouraged to submit the completed questionnaires directly to the offeror or NAVFAC, emphasizing the government's right to verify information. This structured feedback mechanism supports the evaluation of contractor reliability and performance, influencing future contract awards and ensuring accountability within federal and local projects. The form underscores the importance of past performance in securing future government contracts across various sectors.
    The document outlines a Questionnaire Summary Matrix intended for companies responding to RFPs related to multi-discipline Architect-Engineer (AE) services for the Department of the Navy's Environmental Restoration (ER) Program. It gathers essential data, including company information, small business status, financial metrics, active contracts, and compliance with federal regulations such as FAR 52.219-14. Participants must provide details of relevant past projects demonstrating their capability in areas such as site evaluation, remedial designs, and ecological risk assessments. Key personnel qualifications are specified for essential roles, including Program Managers and Risk Assessors, emphasizing required educational backgrounds and relevant experience. The questionnaire also seeks an inventory of in-house personnel by discipline and details on contractor performance and workload management. The purpose of this document is to ensure that potential contractors meet specific criteria essential for effective oversight and execution of environmental projects under federal guidelines, ensuring compliance with environmental laws like CERCLA. This initiative aims to identify capable firms to fulfill the Department of the Navy's requirements efficiently and effectively.
    Similar Opportunities
    NAVFAC Southwest NEPA Multiple Award Service Contract
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFAC Southwest, is seeking qualified small businesses to participate in a Sources Sought announcement for the NAVFAC Southwest NEPA Multiple Award Service Contract. The objective of this procurement is to identify potential contractors capable of providing comprehensive environmental consulting services under the National Environmental Policy Act (NEPA), including the preparation of Environmental Assessments, Environmental Impact Statements, and related documentation, while ensuring compliance with federal, state, and local regulations. This initiative is critical for facilitating environmental planning and technical services that support military operations and construction activities, with an estimated contract value of approximately $45 million over a period not to exceed seven years. Interested parties must submit their qualifications and responses by November 1, 2024, and can direct inquiries to Colton Abernathy at colton.j.abernathy.civ@us.navy.mil or Aileengail Soriano at aileengail.m.soriano.civ@us.navy.mil.
    Sources Sought for Indefinite Delivery Indefinite Quantity (IDIQ) Architect-Engineer (A-E) Services Contract for Cost Engineering, Value Engineering, and Scheduling Services at Various Navy and Marine Corps Installations Worldwide
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking qualified architect-engineer firms to provide Indefinite Delivery Indefinite Quantity (IDIQ) services for Cost Engineering, Value Engineering, and Scheduling at various Navy and Marine Corps installations worldwide. The procurement aims to identify small businesses, including SBA certified 8(a), HUBZone, Woman-Owned Small Businesses (WOSB), and Service-Disabled Veteran-Owned Small Businesses (SDVOSB), capable of delivering essential engineering services such as cost estimates, bid analyses, life cycle cost engineering, and scheduling using Primavera software. This initiative is crucial for ensuring effective project management and cost efficiency in defense-related projects, with an estimated contract value of $30 million over a five-year performance period. Interested firms must submit their qualifications in the SF330 format by 11:00 AM (San Diego, CA Local Time) on October 17, 2024, to Elson Muzada at elson.g.muzada.civ@us.navy.mil.
    R--Services to perform remedial activities and environmental contaminated sites predominately at Navy and Marine Corps installations.
    Active
    Dept Of Defense
    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.
    Environmental Testing Services Contract at Various U.S. Navy, Marine Corps, Army and Air Bases and Facilities throughout NAVFAC Far East Area of Responsibility
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is soliciting proposals for Environmental Testing Services at various U.S. Navy, Marine Corps, Army, and Air Force bases within the NAVFAC Far East area of responsibility. The contract aims to ensure compliance with federal environmental regulations and address potential hazards at military installations, emphasizing the importance of thorough environmental assessments and testing. Interested contractors should note that the proposal due date has been amended to October 18, 2024, at 2:30 PM Japan Standard Time, and inquiries must be submitted by the original deadline. For further information, potential offerors can contact Yuka Kondo at yuka.kondo.ln@us.navy.mil or Ross Yamato at ross.w.yamato.civ@us.navy.mil.
    Professional Services to support the Navy’s Public Works Business Line for work predominantly within the NAVFAC Atlantic Area of Responsibility (AOR)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for professional services to support the Navy’s Public Works Directorate, primarily within the NAVFAC Atlantic Area of Responsibility. The contract, identified as N6247023R9002, encompasses a range of engineering services including operational support, logistics management, facility condition assessments, and energy efficiency surveys, with a total contract value of up to $60 million over a maximum term of five years. This procurement is crucial for enhancing the efficiency and effectiveness of public works services within the Navy, ensuring compliance with regulations and operational needs. Interested contractors must submit their proposals by 2:00 PM on October 16, 2024, and can direct inquiries to Weston Polen at weston.c.polen.civ@us.navy.mil or by phone at 757-322-4749.
    $49M Small Business Environmental Remediation Services SATOC - East
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for a $49 million Indefinite Delivery/Indefinite Quantity (ID/IQ) Single Award Task Order Contract (SATOC) focused on Environmental Remediation Services (ERS) with Military Munitions Response Program (MMRP) capabilities. The contract aims to address environmental remediation needs across various locations in the Continental United States, Alaska, Hawaii, and U.S. Territories, ensuring compliance with federal and state environmental regulations. This initiative underscores the government's commitment to environmental safety and effective remediation practices, which are critical for both military and civilian projects. Interested small businesses must submit their proposals by the specified deadlines, and for further inquiries, they can contact Michelle Alcover-Montalvo at michelle.m.alcover@usace.army.mil or Melanie A. Caines at melanie.caines@usace.army.mil.
    $249M IDIQ MATOC for Environmental Remediation Services (ERS) - Small Business (SB) Set-Aside
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a $249 million Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on Environmental Remediation Services (ERS), exclusively set aside for small businesses. The procurement aims to engage qualified contractors to provide comprehensive environmental services, including site assessments, hazardous waste management, and compliance with federal environmental regulations such as RCRA and CERCLA, within the Northwestern Division District. This initiative is crucial for addressing environmental contamination and ensuring sustainable practices in remediation efforts. Proposals are due by October 9, 2024, at 2:00 PM CST, and interested firms can contact Jennifer Gilbreath at jennifer.c.gilbreath@usace.army.mil or Tyler P. Hegge at tyler.hegge@usace.army.mil for further information.
    Analytical and Data Validation Services for Environmental Sample Analysis
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking proposals for Analytical and Data Validation Services for environmental sample analysis, with a focus on small businesses. The contract, estimated at $1,000,000 over five years, will involve chemical analysis of environmental matrices such as soil, water, and air, ensuring compliance with federal and state regulations, including the Clean Air Act and Resource Conservation and Recovery Act. This procurement is crucial for maintaining quality environmental services across several states in the USACE Northwestern Division. Interested vendors must hold federal accreditation, be registered in the System for Award Management (SAM), and submit proposals via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with the RFP expected to be published on or about October 4, 2024, and responses due by November 4, 2024. For further inquiries, contact Briana Armstrong at briana.l.armstrong@usace.army.mil or John Scola at john.p.scola@usace.army.mil.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR MECHANICAL ENGINEERING PROJECTS IN JAPAN
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East (NAVFAC FE), is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity Contract focused on mechanical engineering projects in Japan. The procurement aims to identify sources capable of providing design and engineering services, including preparation of plans and specifications, cost estimates, and post-construction services, all of which must comply with U.S. and Japanese regulations. Interested firms are required to submit a capabilities statement, detailing their qualifications and relevant project experience, by 1400 PM Japan Standard Time on October 11, 2024, to the designated contacts, Luz Baron and Janeen Bais, via email. This opportunity does not constitute a request for proposals and is solely for market research purposes.
    SPE603-25-R-0503 DFSP Norwalk and DFSP San Pedro Environmental Services
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is preparing to issue a Request for Proposal (RFP) for environmental services at two facilities in California: DFSP Norwalk and DFSP San Pedro. The procurement aims to secure environmental remediation, compliance, and facility maintenance services to support DLA Energy's objective of achieving site closure while maintaining cost-effectiveness. This opportunity is significant as it addresses critical environmental protection needs, particularly in oil spill response, under NAICS Code 562910. Interested vendors should note that the RFP is expected to be published within the next 60 days, with a contract period spanning from May 1, 2025, to April 30, 2029, and a potential six-month extension. For further inquiries, interested parties can contact Rhoji Fernandez at Rhoji.Fernandez@DLA.mil or Mark A. Laskoski at mark.laskoski@dla.mil.