SOLICITATION NOTICE
F -- NAVFAC NORTHWEST LONG TERM MONITORING, OPERATIONS AND MAINTENANCE ENVIRONMENTAL REMEDIATION SERVICES
- Notice Date
- 4/17/2025 1:43:31 PM
- Notice Type
- Presolicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- NAVFACSYSCOM NORTHWEST SILVERDALE WA 98315-1101 USA
- ZIP Code
- 98315-1101
- Solicitation Number
- N4425525R2002
- Response Due
- 5/2/2025 2:00:00 PM
- Archive Date
- 05/17/2025
- Point of Contact
- Tatiana Tubberville, Bryanna Monfort
- E-Mail Address
-
tatiana.d.tubberville.civ@us.navy.mil, Bryanna.r.monfort.civ@us.navy.mil
(tatiana.d.tubberville.civ@us.navy.mil, Bryanna.r.monfort.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Naval Facilities Engineering Systems Command (NAVFAC) Northwest intends to award a Small Business Set-Aside (SBSA), Firm Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract to perform Environmental Services for Long Term Monitoring Operation and Maintenance (LTMO) in the NAVFAC Northwest area of responsibility (AOR), which includes Washington, Oregon, Idaho, Montana, Alaska, Iowa, Minnesota, North Dakota, South Dakota, Nebraska, and Wyoming. It is anticipated that most of the work will occur in Washington State, however, projects could be located anywhere in the NAVFAC Northwest AOR. This acquisition is a one-phase procurement. The acquisition will include a Sub-Line Item Number (SLIN) price proposal table that will serve as the basis of price competition for the evaluation of offers and is representative of the projects and work elements that may be procured through this IDIQ. The single contract awardee shall be awarded a minimum guarantee. The LTMO contract is to perform Environmental Servies inclusive of environmental remediation services, environmental compliance services, technical consultation, long term monitoring, and site operation maintenance services. A summary of the applicable NAICS code and corresponding Small Business Size standard is included below: (Primary) NAICS 562910 � Remediation services [Small Business Size Standard = 1,000 employees]: This industry comprises establishments primarily engaged in one or more of the following: (1) remediation and cleanup of contaminated buildings, mine sites, soil, or ground water; (2) integrated mine reclamation activities, including demolition, soil remediation, waste water treatment, hazardous material removal, contouring land, and revegetation; and (3) asbestos, lead paint, and other toxic material abatement. One or more of the items under this acquisition may be subject to Free Trade Agreements or the World Trade Organization Government Procurement Agreement. All responsible small business sources may submit a proposal which shall be considered by the agency. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. As a method for conducting market research, a sources sought for this requirement was issued 25 January 2024 on SAM.gov. Based upon the responses received, it is determined that the solicitation be solicited as a small business set-aside procurement. Activity Deputy for Small Business concurs with this determination. THIS SOLICITATION WILL BE OFFERED IN ELECTRONIC FORMAT ONLY.? NO HARD COPIES WILL BE PROVIDED.? The solicitation will be available on the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module at https://piee.eb.mil/.?Amendments will be posted on the website. This will be the only method of amendment distribution; therefore, it is the OFFERORS� RESPONSIBILITY TO CHECK THE WEBSITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION.? Prospective offerors MUST register themselves on the website. Training and instructions on how to submit your proposal are available at https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/. Offerors must also be registered in the System for Award Management (SAM) system at http://www.sam.gov/ in order to participate in this procurement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0171abd087bd434e824b9329fe9c8f61/view)
- Place of Performance
- Address: Silverdale, WA, USA
- Country: USA
- Country: USA
- Record
- SN07412385-F 20250419/250417230043 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |