Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 05, 2025 SAM #8499
MODIFICATION

F -- R--Environmental Multiple Award (EMAC)solicitation for Environmental Remediation Services

Notice Date
3/3/2025 2:42:19 PM
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
NAVFACSYSCOM SOUTHWEST SAN DIEGO CA 92132-0001 USA
 
ZIP Code
92132-0001
 
Solicitation Number
N6247325R0002
 
Response Due
3/14/2025 12:00:00 PM
 
Archive Date
03/29/2025
 
Point of Contact
Samantha King, Phone: 6197055440, Richard J. Spagnuolo, Phone: 6195324406
 
E-Mail Address
samantha.m.king2.civ@us.navy.mil, richard.spagnuolo@navy.mil
(samantha.m.king2.civ@us.navy.mil, richard.spagnuolo@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c2699a3489304c1e90b3fa815b3570c6/view)
 
Place of Performance
Address: San Diego, CA 92123, USA
Zip Code: 92123
Country: USA
 
Record
SN07358615-F 20250305/250303230036 (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.