Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2024 SAM #8425
SOURCES SOUGHT

F -- Multimedia Environmental Compliance Services-Water

Notice Date
12/19/2024 2:30:51 PM
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
NAVFACSYSCOM WASHINGTON WASHINGTON NAVY YARD DC 20374-5018 USA
 
ZIP Code
20374-5018
 
Solicitation Number
N40080-25-WATER
 
Response Due
1/21/2025 9:00:00 AM
 
Archive Date
02/05/2025
 
Point of Contact
Ariana Gray, Phone: 2404169455, Olisha Costa, Phone: 2026851257
 
E-Mail Address
ariana.m.gray2.civ@us.navy.mil, olisha.g.costa.civ@us.navy.mil
(ariana.m.gray2.civ@us.navy.mil, olisha.g.costa.civ@us.navy.mil)
 
Description
Product Service Code: F999 - OTHER ENVIRONMENTAL SERVICES NAICS Code: 541620 � Environmental Consulting Services 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, (NAVFAC 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 STORM WATER,WASTEWATER, AND DRINKING WATER FOR THE NAVFAC WASH DC AREA OF RESPONSIBILITY (AOR) AND US TERRITORIES. NAVFAC 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 Water, Wastewater, Stormwater, and Drinking Water 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 NAVFAC 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 NAVFAC WASH. DESCRIPTION OF WORK: Typical activities may include, but are not limited to, the following: Primary Scope Stormwater Compliance: Survey, inspection and design of Low Impact Development (LID) facilities and stormwater Best Management Practices (BMP) and post construction award services Preparation or review of LID and structural and nonstructural BMP documentation Develop maintenance manuals for LID/BMP features Inventory and documentation for LID/BMP features Assess and evaluate the condition of stormwater system and components Maintenance and repairs of LID/BMP features Permit application and support Identify non-point source pollution areas including land use changes Investigation and evaluation of illicit discharges Stormwater and ambient water quality sampling and analysis including associated Quality Assurance and/or Sampling Analysis plans and self-monitoring reports Development of Geographic Information Systems (GIS) data and computer aided design and drafting drawing production Developing storm water pollution prevention plans and site compliance evaluations Other stormwater related tasks Wastewater Compliance: Wastewater evaluation, investigation, and reuse studies Inflow and infiltration studies POTW pretreatment applications Wastewater permit compliance sampling and analysis Sludge and wastewater characterization sampling and analysis Preparation of operation and maintenance manuals for wastewater treatment plants Sludge management and disposal plans (including land application) Industrial wastewater management and pollution minimization plans Conveyance system mapping using Geographic Information System (GIS) data obtained through surveying Preparing NPDES permit applications and monitoring reports for indirect and direct wastewater discharges for wastewater collection and treatment systems Conducting wastewater treatment plant operational evaluations Conducting industrial wastewater surveys Providing operator training Illicit discharge studies Other wastewater related tasks Drinking Water Compliance: Source water (surface and groundwater) protection and water quality evaluations Sanitary surveys Water leakage surveys or investigations and Water audits Condition Assessments Developing vulnerability assessment/emergency response plans Completion of various studies: Water Conservation, Corrosion Control Wellhead Protection Assessments Drinking water characterization sampling and analysis Preparation of operation and maintenance manuals for drinking water treatment plants Evaluations for the upgrading or improving of the operation of existing drinking water facilities Distribution system mapping using Geographic Information System (GIS) data obtained through surveying Development of sampling monitoring plans Hydraulic modeling of distribution systems Other drinking water related tasks 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 541620, Environmental Consulting Services, and the size standard is $19M. 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-prot�g� joint venture under the 8(a) program, you must provide SBA approval of the mentor-prot�g� 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 Storm Water, Wastewater and Drinking Water b. �Size�: Refers to a final contract price of $100,000.00 c. �Complexity�: Refers to concurrent projects 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 Tuesday, 21 January 2025 NLT 12:00 PM eastern standard time. The submission package shall ONLY be submitted electronically to Ariana Gray, via email at ariana.m.gray2.civ@us.navy.mil 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-WATER.� 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ca04d476bf004b6d8f0058acd9977ef8/view)
 
Place of Performance
Address: Washington Navy Yard, DC 20374, USA
Zip Code: 20374
Country: USA
 
Record
SN07298017-F 20241221/241219230118 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.