SOURCES SOUGHT
F -- SOURCES SOUGHT FOR NATURAL RESOURCE MANAGEMENT SERVICES THROUGHOUT THE NAVAL FACILITIES ENGINEERING COMMAND (NAVFAC) PACIFIC AREA OF RESPONSIBILITY
- Notice Date
- 1/21/2026 3:25:33 PM
- Notice Type
- Sources Sought
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- NAVFACSYSCOM PACIFIC JBPHH HI 96860-3134 USA
- ZIP Code
- 96860-3134
- Solicitation Number
- N62742-26-R-1805
- Response Due
- 2/4/2026 4:00:00 PM
- Archive Date
- 02/19/2026
- Point of Contact
- Cara Kanemoto, Phone: 808-399-3444, Casey Sugihara, Phone: 8084714763
- E-Mail Address
-
cara.m.kanemoto.civ@us.navy.mil, casey.c.sugihara.civ@us.navy.mil
(cara.m.kanemoto.civ@us.navy.mil, casey.c.sugihara.civ@us.navy.mil)
- Small Business Set-Aside
- SBP Partial Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A SOURCES SOUGHT NOTICE. The purpose of this notice is to seek potential large and small business concerns (to include Section 8(a) small business concerns, Historically Underutilized Business Zone (HUBZone) small business concerns, woman-owned small business concerns (WOSB), veteran-own small business concerns, service disabled veteran owned small business (SDVOSB) concerns and small business concerns (SBC)) to determine if there are sufficient technically competent large and small business sources, to determine the feasibility of an unrestricted with a partial small business set-aside designation, for this requirement. This is a Sources Sought announcement only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. No telephone calls will be accepted requesting a bid package or solicitation because there is no bid package or solicitation available. 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 will not be given and no appointments for presentations will be made. As such, all firms from any of the foregoing categories are encouraged to submit their qualification and experience, in detail, on (1) Information Summary Matrix and (2) Questionnaire attachments to this synopsis, both of which will be used to evaluate responding firms. Please see attachment (3) Minimum Qualifications, to be sure all personnel meet the necessary requirements. The Naval Facilities Engineering Command Pacific, Pearl Harbor, Hawaii plants to solicit for Natural Resource Services. The applicable North American Industry Classification System Code (NAICS) code is 541620. All work performance under this contract, will predominantly be in Hawaii, Guam and the Commonwealth of the Northern Mariana Islands (CNMI). The Government may also require natural resource services in other locations within the NAVFAC Pacific area of responsibility, and other areas in the NAVFAC AOR worldwide as needed. All work conducted under resulting contract shall conform to the statutes, regulations, instruction and guidelines in compliance with all applicable Department of Defense and Navy Instructions, as well as all Federal statutory and regulatory requirements. Specific Natural Resource tasks include but may not be limited to the following, (1) Coordination Meetings; (2) Avian Surveys; (3) Mist netting; (4) Bat Surveys; (5) Insect Surveys; (6) Herpetological Surveys; (7) Snail Surveys; (8) Telemetry; (9) Live Capture Trapping; (10) Botanical Surveys; (11) Plant Collection and Translocation; (12) Biomonitoring; (13) Vegetation Surveys; (14) Vegetation Restoration; (15) Plant Structure Stabilization; (16) Wetland Delineation Surveys; (17) Wetland Restoration Planning; (18) Wetland Restoration Implementation; (19) Streams, Lakes, and Pond Assessment; (20) Ecological Reserve Areas (ERA); (21) Integrated Natural Resources Management Plans (INRMPs); (22) NEPA and Environmental Planning and Supporting Studies; (23) Invasive Species Management; (24) Biosecurity; (25) Invasive Species Fencing; (26) Educational Outreach; and (27) Fire Management Plan; (28) Aerial Mapping and GIS Mapping; (29) Diving and Marine Resource Surveys; (30) Miscellaneous Natural Resource Services. The Contractor will furnish all labor and supervision planning, scheduling, tools and equipment necessary to provide a variety of natural resource services. The Government will be seeking technically capable and competent companies to perform the required services utilizing Federal Acquisition Regulation (FAR) Part 15, Contracting by Negotiations. The anticipated contract will be an Indefinite Delivery Indefinite Quantity Multiple Award Contract (MAC). The MAC contract term is anticipated to include a 12-month base period and six (6) 12-month option periods, under which work will be required on an �as needed� basis, intermittently, during the life of the contract. The anticipated MAC capacity is $70 Million. The potential contractor�s team must be composed of personnel who meet the minimum professional qualifications requirement and possess the necessary authorization to access designated areas. The Government utilizes various Microsoft platforms such as Adobe Acrobat, ESRI, and ArcGIS. In preparation of documents and correspondence the contractor shall ensure compatibility with the Government�s current software systems. All work completed under the resultant contract shall be produced on or transferred to a computer that uses the Navy�s current operating system. Firms who are interested and meet the requirements described in this announcement are invited to submit a completed: (1) Information Summary Matrix, in which key personnel information should briefly identify education, prior projects and the person�s role in the project, and current employer; all information requested should be included on this form for evaluation purposes; while not a requirement, resumes may be included; and (2) Potential Offerors Questionnaire. All questions must be completely and fully addressed prior to submittal, which will be reviewed and evaluated upon receipt. Firms shall be registered in SAM via https://www.sam.gov in order to do business with the federal Government. Provide Unique Entity ID (UEI) and CAGE Code in Block 3 of the Information Summary Matrix. Information Summary Matrix and the Potential Offerors Questionnaire should be submitted using the attached forms by electronic mail to cara.m.kanemoto.civ@us.navy.mil and casey.c.sugihara.civ@us.navy.mil no later than 2:00 p.m. Hawaii Standard Time on 4 February, 2026. Complete information must be submitted as the Government may not seek clarification of information provided. The Government will not provide a debriefing on the results of this survey. All information will be held in a confidential manner and will only be used for the purposes intended. NO TELEPHONE CALLS WILL BE ACCEPTED. Responses received after the deadline or without the required information will not be considered. This is a sources sought announcement only. No evaluation letters will be issued to any respondent.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/603d2bf48175406482a5b9f8fca18479/view)
- Place of Performance
- Address: JBPHH, HI 96860, USA
- Zip Code: 96860
- Country: USA
- Zip Code: 96860
- Record
- SN07692886-F 20260123/260121230036 (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 |