THIS IS A SOURCES SOUGHT ANNOUNCEMENT/MARKET SURVEY FOR WRITTEN INFORMATION 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 or any follow-up information requests. No telephone calls will be accepted requesting a bid package or 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 will not be given and no appointments for presentations will be made.
Naval Facilities Engineering Systems Command, Washington, DC (NAVFACSYSCOM WASH) is conducting market research of industry to identify potential firms, with current relevant qualifications, experience, personnel, and capability to perform services required for a Firm Fixed-Price (FFP), Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for: MULTI-MEDIA ENVIRONMENTAL COMPLIANCE SERVICES, WITH AN EMPHASIS ON FUEL STORAGE TANKS/SPILL, AIR QUALITY, AND WASTE/MATERIALS FOR THE NAVFACSYSCOM WASHINGTON DC AREA OF RESPONSIBILITY (AOR) AND US TERRITORIES.
NAVFACSYSCOM WASH is seeking eligible small business firms, in any of the following categories: service-disabled veteran-owned small businesses (SDVOSB), certified HUB-Zone, certified 8(a), women-owned small businesses (WOSB), economically disadvantaged women-owned small businesses (EDWOSB), and small businesses, with the capability to perform a full range of multi-media Environmental Compliance services required for a Firm Fixed-Priced Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Fuel Storage Tanks/Spill, Air Quality, and Waste/Materials Environmental Services of various project types.
This sources sought is for services required at DOD activities primarily in, but not limited to, the area of responsibility served by NAVFACSYSCOM WASH. Major Navy and Marine Corps installations include, but are not limited to, NSA Washington (includes Washington Navy Yard, NSF Carderock, NSF Suitland, NSF Arlington, USNO, FSF Olney), NSA Bethesda, NSA Annapolis, NAS Patuxent River, NSF Indian Head, NSF Dahlgren, and MCB Quantico. To a lesser extent, work may occur at any sites located in the lands and waters of the Continental United States (CONUS) that support the U.S. Navy, Marine Corps and other federal entities supported by NAVFACSYSCOM WASH.
DESCRIPTION OF WORK:
Typical activities may include, but are not limited to, the following:
Primary Scope
Air Quality and Clean Air Act Compliance:
Fuel Storage Tank and Spill Compliance:
Waste and Materials Compliance:
Any resultant contract is anticipated to be awarded for a five-year ordering period, and the Federal Acquisition Regulation (FAR) 52.217-8 Option Period, for up to six months, if necessary. The anticipated FFP, IDIQ contract is valued at $45M over the life of the contract.
The estimated range of task order values is $50,000-$250,000. The range is an estimate and the Government may place orders below or above this amount.
The NAICS code for this contract is 541330, Engineering Services, and the size standard is $25.5M.
SUBMISSION REQUIREMENTS:
Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate files titled Sources Sought Contractor Information Form (form attached) and Project Information Form (form attached). These forms are required. Information not provided may prohibit your firm from consideration. If you are submitting as a mentor-protégé joint venture under the 8(a) program, you must provide SBA approval of the mentor-protégé agreement to be considered as small for this procurement. For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov/.
Responses must include identification and verification of the firm’s small business status. For each of the submitted relevant projects (a maximum of five projects), ensure that the form is completed in its entirety for each project and limited to two pages per project. Ensure that the description of the project clearly identifies the type of work, final contract price, and addresses how the project meets the scope/complexity requirements.
Submit a minimum of three (3) and up to a maximum of five (5) recent and relevant projects your firm has performed as a Prime or Subcontractor, to best demonstrate your experience on relevant projects that are similar in size, scope and complexity.
“Recent” is defined as having been 100% completed within the last seven (7) years prior to the submission due date for the sources sought. A relevant project is defined as the type of work completed by a firm that is similar in Scope, Size, and Complexity.
a. “Scope”: Refers to work that includes Fuel Storage Tanks/Spill, Air Quality, and Waste/Materials
b. “Size”: Refers to a final contract price of $100,000.00
c. “Complexity”: Refers to projects completed in Maryland, Virginia, and Washington, DC.
"Projects" are defined as either stand-alone contracts or specific task orders under an indefinite-delivery indefinite quantity (IDIQ) contract.
Note: Capability will only be satisfied on projects that are considered relevant in terms of size/scope/complexity and completed within the specified time period.
The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company’s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. After completing its analysis, the Government will determine whether to limit competition among 8(a), HUBZone, SDVOSB, WOSB, EDWOSB, Veteran-Owned Small Business, and/or Small Business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition.
Responses are due on Wednesday, 30 July 2025 NLT 12:00 PM Eastern Daylight Time. The submission package shall ONLY be submitted electronically to Maureen Falaschi, via email at [email protected] and MUST be limited to 5 MB in size. The subject line of the email shall state: “Multi-Media Environmental Compliance Services, Sources Sought N40080-25-HAT.” You are encouraged to request a "read receipt." Responses that do not meet all requirements or are not submitted within the allotted time will not be considered.