Search Contract Opportunities

NATURAL RESOURCE MANAGEMENT SERVICES PREDOMINATELY IN HAWAII, GUAM, THE COMMONWEALTH OF THE NORTHERN MARIANA ISLANDS (CNMI), AND OTHER LOCATIONS WITHIN THE NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND (NAVFAC) AREA OF RESPONSIBILITY WORLDWIDE AS NEEDED.   3

ID: N62742-21-R-1800 • Type: Solicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Nov. 5, 2021, 6:40 p.m. EDT

Amendment 0005 issued on 5 November 2021 to incorporate questions and answers, and to revise Section L.

Amendment 0004 issued on 4 November 2021 to incorporate DFARS clause 252.223-7999, Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors (Deviation 2021-O0009).

Amendment 0003 issued on 3 November 2021 to incorproate questions and answers, and to revise Attachment J-16.

Amendment 0002 issued on 27 October 2021 to incorporate questions and answers, revise Section M, Attachment J-16 and Attachment J-17, and to replace the final version of Amendment 0001.

Amendment 0001 issued on 20 October 2021 to extend the proposal due date and to incorporate questions and answers.

The Naval Facilities Engineering Systems Command, Pacific, at Joint Base Pearl Harbor/Hickam, Hawaii intends to award Firm-
Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity(IDIQ) Multiple Award Contracts for Natural Resource Management
Services (NAICS 541620). This solicitation will be issued as an unrestricted procurement with a partial small business set-aside
that will result in the award of multiple award contracts that are comprised of two major divisions. The resultant contract's
Unrestricted Division is established for competing and awarding task orders to perform Government of Japan (GOJ) funded
projects that support the Defense Policy Review Initiative (DPRI). The contract's partial Small Business Set Aside (SBSA)
Division is established for competing projects funded by United States appropriations. The work to be ordered under this
contract will be performed predominantly in Hawaii, Guam and the Commonwealth of the Northern Mariana Islands (CNMI).
The Government may also require Natural Resource Management Services in support of the U.S. Department of Defense (DoD)
at various locations within the NAVFAC Pacific area of responsibility (sites in the Pacific and Indian Oceans), and other areas in
the Naval Facilities Engineering Systems Command area of responsibility worldwide as needed. All Natural Resource
Management Services conducted under the resultant contracts shall conform to the statutes, regulations, instructions and
guidelines in compliance with the Department of the Navy's OPNAVINST 5090.1, SECNAIST 400.35B, The National Historic
Preservation Act of 1966, as amended and other Federal statutory and regulatory requirements.

The general scope of work focuses on tasks commonly associated with the monitoring, management, and protection of
biological resources. Many of the tasks result from the issuance of permitting requirements or impact analysis within
Endangered Species Act (ESA) Biological Opinions, National Environmental Policy Act (NEPA) documents, or an installation's
Integrated Natural Resource Management Plan (INRMP). Specific Natural Resources Management Services required under this
contract may include, but are not limited to, the following: (1) Coordination Meetings; (2) Fauna Surveys; (3) Flora Surveys; (4)
Wetlands; (5) Habitat Restoration; (6) Biosecurity; (7) Integrated Natural Resource Management Plans (INRMPs); (8) NEPA and
Environmental Planning and Support Studies; (9) Educational Outreach; (10) Fire Management Plan; (11) Aerial Mapping and
GIS Mapping; (12) Diving and Marine Resource Surveys; and (13) Miscellaneous Natural Resource Services. Work will be
performed in accordance with the requirements of the Performance Work Statement, and may involve regulatory compliance,
planning, analyzing, and various related services on any one or a combination of more than one task order. Exact location of
each effort will be designated on individual Task Orders.

The multiple award contract term consists of a 12-month base period, four (4) 12-month option periods and one (1) 6-month
extension of services period. Contracts will include FAR 52.217-9, Option to Extend the Term of the Contract, and FAR 52.217-8,
Option to Extend Services. The Government will not issue a synopsis when exercising the option(s). The applicable North
American Industry Classification System (NAICS) Code is 541620 and the corresponding small business size standard is $16.5
million (which will determine eligibility for awards under the Small Business Set Aside (SBSA) Division). The aggregate value or
not-to-exceed (NTE) amount of $49 million will apply to task orders awarded against all multiple award contracts (MACs),
inclusive of option periods and extension. A single, one-time minimum guarantee of $5,000 applies to each contract for the
duration of the MAC. The estimated workload for the Unrestricted Division is approximately $23 million and the amount for the
SBSA Division is approximately $26 million. These amounts may fluctuate with the potential need for the different types of
specific services listed above and whether adequate competition exists within the SBSA Division and those contractors are
capable of successfully executing those services. If one or no SBSA Division contractors submit a proposal in response to a task
order request for proposal (RFP), the Contracting Officer may compete the task order amongst the Unrestricted Division
contractors.

This procurement consists of a single solicitation with the intent to award no more than six (6) Indefinite Delivery Indefinite
Quantity (IDIQ) type service contracts to the offerors whose proposals, conforming to the solicitation, represents the BEST
VALUE to the Government, price and technical factors considered. The Government reserves the right to award more than six
(6) contracts if it is determined to be in the best interest of the Government. Successful awardees will compete for future work
during the term of the multiple award contracts.

Posted: Nov. 4, 2021, 1:22 p.m. EDT
Posted: Nov. 3, 2021, 5:09 p.m. EDT
Posted: Oct. 28, 2021, 5:14 p.m. EDT
Posted: Oct. 20, 2021, 9:33 p.m. EDT
Posted: Sept. 29, 2021, 4:51 p.m. EDT

Overview

Response Deadline
Nov. 15, 2021, 7:00 p.m. EST (original: Nov. 1, 2021, 8:00 p.m. EDT) Past Due
Posted
Sept. 29, 2021, 4:51 p.m. EDT (updated: Nov. 5, 2021, 6:40 p.m. EDT)
Set Aside
Partial Small Business (SBP)
Place of Performance
Not Provided
Source

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
On 9/29/21 NAVFAC Pacific issued Solicitation N62742-21-R-1800 for NATURAL RESOURCE MANAGEMENT SERVICES PREDOMINATELY IN HAWAII, GUAM, THE COMMONWEALTH OF THE NORTHERN MARIANA ISLANDS (CNMI), AND OTHER LOCATIONS WITHIN THE NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND (NAVFAC) AREA OF RESPONSIBILITY WORLDWIDE AS NEEDED. due 11/15/21. The opportunity was issued with a Partial Small Business (SBP) set aside with NAICS 541620 (SBA Size Standard $19 Million) and PSC F099.
Primary Contact
Name
Casey Sugihara   Profile
Phone
(808) 471-4763

Secondary Contact

Name
Kristopher Tom   Profile
Phone
(808) 474-4551

Documents

Posted documents for Solicitation N62742-21-R-1800

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation N62742-21-R-1800

Award Notifications

Agency published notification of awards for Solicitation N62742-21-R-1800

IDV Awards

Indefinite delivery vehicles awarded through Solicitation N62742-21-R-1800

Contract Awards

Prime contracts awarded through Solicitation N62742-21-R-1800

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation N62742-21-R-1800

Similar Active Opportunities

Open contract opportunities similar to Solicitation N62742-21-R-1800

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC PACIFIC CMD > NAVAL FAC ENGINEEERING CMD PACIFIC
FPDS Organization Code
1700-N62742
Source Organization Code
100076508
Last Updated
Dec. 17, 2021
Last Updated By
casey.sugihara@navy.mil
Archive Date
Dec. 17, 2021