Search Contract Opportunities

Environmental Multiple Award (EMAC)solicitation for Environmental Remediation Services   3

ID: N6247325R0002 • Type: Sources Sought
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
Draft a sources sought response template for 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

The Government will use responses to this Sources Sought Synopsis to make appropriate acquisition decisions. If, after review of the responses to this sources sought synopsis, the Government still plans to proceed with the acquisition, a Pre-Solicitation Announcement will be published to SAM.gov.

This is NOT a solicitation announcement for proposals and NO contract will be awarded directly from this Sources Sought announcement. NO reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. NO telephone calls requesting a bid package for solicitation will be accepted, because there is NO bid package solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the Technical Point of Contact (POC) will NOT be given and NO appointments for presentations will be made.

The intent of this notice is to identify potential offerors for determining whether to set-aside this reequirement for small businesses.

The work includes, but is not limited to,

The Contractor shall provide the personnel, equipment, materials, and management to respond to multiple requests for environmental support at various sites. The services required may include, but will not be limited to, the following: performing remedial actions, removal actions, remedial design, operation and maintenance at environmentally contaminated sites, performing pilot and treatability studies, conducting compliance evaluations and assessments, permit applications, and developing work plans and reports and other related activities associated with achieving remedial action objectives at sites. Work will comply with applicable federal, state and local regulatory requirements, in addition to NAVFAC environmental work instructions (EWIs) regarding processes and procedures including, but not limited to: sampling and analysis plan production and approval, laboratory selection, administrative record maintenance and data management.

The contaminants may include, but are not limited to, those identified and regulated under RCRA, CERCLA, Toxic Substances Control Act (TSCA), Solid Waste Disposal Act (SWDA), and petroleum oils and lubricants (POL). The contaminants included are predominately solvents, POL, metals, acids, bases, reactives, polychlorinated biphenyls (PCBs), pesticides, and per- and polyfluoroalkyl substances (PFAS). A relatively small number of sites may require remediation of radiological or ordnance waste, unexploded ordnance (UXO), discarded military munitions (DMM), and munitions constituents (e.g. TNT, RDX). Contaminants may be present in soils, marine sediments, ground water, air, sludge, surface water, and manmade structures. Contaminated sites may be landfills, hazardous waste treatment storage and disposal facilities, tanks, lagoons, shorelines, firefighting training areas, housing areas, and other facilities. The types of remedial action systems to be operated, maintained and monitored may include, but will not be limited to, capped landfills, bioremediation, soil vapor extraction, natural attenuation, bioventing, air sparging, reactive walls, thermal treatment, phytoremediation, soil washing, capped aquatic environments, storm water systems, and free product recovery.

The Contractor selected for the work shall perform tasks in accordance with contract task order work statements prepared in accordance with Clause G2, "Ordering Procedures." The majority of contract task order work statements will describe the requirements in terms of desired outcome of the project with minimal provision of precise details of work to be done. Contract task orders may require the development of various environmental documents describing the required remedial action and technologies to achieve cleanup. Contract work shall specify a wide range of services relating to the cleanup of sites including, but not limited to, the following:

  • Performing traditional and innovative methods for complete remedial action for environmentally contaminated sites. Methods may include, but will not be limited to, the following:
    • Neutralization processes
    • Metals precipitation
    • Chemical stabilization
    • Covering or capping contaminated soils
    • Capping in aquatic environments
    • Installing leachate drains
    • Transporting and disposing of hazardous waste off-site
    • Bioremediation (both in-situ and aboveground)
    • Incineration on or off-site
    • Soil washing followed by disposal
    • Soil venting
    • Pumping and treating contaminated ground water
    • Installation of slurry walls
    • POL recovery systems
    • Air stripping
    • Carbon absorption
    • Ground water monitoring
    • Solvent extraction
    • Chemical decomposition and solidification
    • Phytoremediation and
    • Other remedial technologies as developed by the remediation industry and accepted by regulators
  • Providing technical support to the Department of the Navy on matters such as community relations;
  • Conducting topographic and geophysical surveys;
  • Conducting hydrogeological and geotechnical testing and data analyses;
  • Conducting multimedia sampling and analysis for physical, chemical, and geotechnical characteristics;
  • Installing temporary support facilities, such as decontamination areas, fences, roads, and utilities;
  • Operating and maintaining project facilities such as waste water treatment and collection systems;
  • Providing instruction for operation and maintenance of project facilities;
  • Engaging in partnering with the other Navy contractors, and regulatory agencies;
  • Reviewing and/or providing input on investigations, feasibility studies, evaluation of remediation alternatives, and design packages relative to remediation activities.
  • Provide support with Geographic Information Systems (GIS), Computer-Aided Design (CAD), and electronic data management.
Background
The Naval Facilities Engineering Systems Command Southwest (NAVFAC SW) is conducting market research to identify potential offerors for environmental remediation services. The goal of this contract is to obtain services for performing remedial activities at environmentally contaminated sites, primarily located on Department of the Navy and Marine Corps installations, as well as on sites of other government agencies. This Sources Sought Notice aims to determine whether to set aside this requirement for small businesses.

Work Details
The Contractor shall provide personnel, equipment, materials, and management to respond to multiple requests for environmental support at various sites. Services required may include: performing remedial actions, removal actions, remedial design, operation and maintenance at contaminated sites; conducting pilot and treatability studies; compliance evaluations and assessments; permit applications; developing work plans and reports; and other related activities associated with achieving remedial action objectives.

Work must comply with applicable federal, state, and local regulatory requirements as well as NAVFAC environmental work instructions (EWIs). Contaminants may include those regulated under RCRA, CERCLA, TSCA, SWDA, and POL. Remediation may involve solvents, metals, acids, bases, PCBs, pesticides, PFAS, radiological waste, UXO, DMMs, etc.

Tasks include: performing traditional and innovative methods for complete remedial action such as neutralization processes; metals precipitation; chemical stabilization; capping contaminated soils; bioremediation; incineration; soil washing; groundwater treatment; installation of slurry walls; air stripping; carbon absorption; and other accepted technologies. Additional tasks involve providing technical support to the Department of the Navy on community relations; conducting surveys and testing; multimedia sampling and analysis; installing temporary support facilities; operating project facilities like wastewater treatment systems; providing operational instructions for facilities; engaging with other contractors and regulatory agencies; reviewing investigations and feasibility studies.

Period of Performance
The contract will be performed over a period of 1,825 days (approximately 5 years), which includes a base period of 24 months followed by two 18-month option periods.

Place of Performance
The work will be performed at various sites primarily located on Department of the Navy and Marine Corps installations.

Overview

Response Deadline
March 14, 2025, 3:00 p.m. EDT Past Due
Posted
March 3, 2025, 5:42 p.m. EST (updated: March 11, 2025, 12:00 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
San Diego, CA 92123 United States
Source
SAM

Current SBA Size Standard
$25 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
35%
On 3/3/25 NAVFAC Southwest issued Sources Sought N6247325R0002 for Environmental Multiple Award (EMAC)solicitation for Environmental Remediation Services due 3/14/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 562910 (SBA Size Standard $25 Million) and PSC F108.
Primary Contact
Name
Samantha King   Profile
Phone
(619) 705-5440

Secondary Contact

Name
Richard J. Spagnuolo   Profile
Phone
(619) 532-4406

Documents

Posted documents for Sources Sought N6247325R0002

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Sources Sought N6247325R0002

Incumbent or Similar Awards

Contracts Similar to Sources Sought N6247325R0002

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N6247325R0002

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N6247325R0002

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC PACIFIC CMD > NAVFAC SW > NAVFAC SOUTHWEST
FPDS Organization Code
1700-N62473
Source Organization Code
500045870
Last Updated
March 29, 2025
Last Updated By
samantha.m.king2.civ@us.navy.mil
Archive Date
March 29, 2025