Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2025 SAM #8789
SOURCES SOUGHT

R -- Environmental Water Security Support Services

Notice Date
12/17/2025 5:22:19 PM
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
NAVFACSYSCOM SOUTHWEST SAN DIEGO CA 92132-0001 USA
 
ZIP Code
92132-0001
 
Solicitation Number
N6247326RH20Security
 
Response Due
12/31/2025 2:00:00 PM
 
Archive Date
01/15/2026
 
Point of Contact
Matt Koontz, Phone: 6197055216
 
E-Mail Address
matt.koontz@navy.mil
(matt.koontz@navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision making process and will not be disclosed outside of the agency. The intent of this Sources Sought Synopsis is to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Woman-Owned Small Businesses (WOSB) and/or Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The Sources Sought Synopsis is one facet in the Government�s overall market research in regard to whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the market research. Naval Facilities Engineering System Command Southwest (NAVFAC SW) is seeking Small Business, SBA certified 8(a), SBA certified HUBZone, WOSB and/or SDVOSB sources with current relevant experience, personnel, and capability to assist in support and implementation of the Department of the Navy (DON) Policy to advance the Navy�s strategic priorities in water, energy, and environmental security by developing robust frameworks, policies, and technical solutions to sustain mission-critical operations at various Navy and Marine Corps Installations in California, Arizona, Nevada, Colorado, New Mexico, and Utah, but may be available to other locations as approved by the NAVFAC SW Procuring Contracting Officer. Work will be primarily in Southern California and in Nevada. The goal of this announcement is to obtain information on available engineering or professional Environmental firms who can provide Environmental Water Security Support services to support both NAVFAC Southwest and Commander, Navy Region Southwest (CNRSW). Environmental Water Security Support Services required: 1. CNRSW Water Security Program Development: assist with CNRSW resilience program development to specifically focus on groundwater/surface water program management and continuity; assist in development of a framework for a sustainable water security program; manage federal and state water resources requirements (e.g., California�s Sustainable Groundwater Management Act); develop guidance and strategies for water sustainability within NRSW Area of Responsibility (AOR); collaborate with installation and regional personnel to identify and develop viable water resilience projects; conduct comprehensive water usage analyses for installations needing litigation support or further analysis to address critical water needs; provide policy and technical support to NRSW installations in areas of water rights, permitting, and litigation preparation for federal reserve water rights in California; work with legal and technical teams to manage legislative, regulatory, and policy impacts on water resources. 2. CNRSW Water Security Program Coordination: assist the Region Director with installation and regional coordination and communication; develop actionable deliverables to support the water sustainability program (e.g., data analysis, briefings, policy papers, meeting minutes); organize and support regular coordination meetings with NRSW installations; provide regular updates and briefings to Navy leadership; coordinate responses to congressional inquiries and data calls; coordinate with other Military Services in the U.S. western states. 3. CNRSW Water Security Data Repository: create a central repository for data and position papers relevant to water resilience and water rights. 4. Fallon Range Training Complex (FRTC) Water Rights Analysis: in compliance with Nevada water rights law identify and validate the water rights that are impacted by the FRTC Modernization Project; evaluate and validate list of water rights and all possible courses of action for acquiring, relinquishing, transferring, determining new beneficial use or other options available to the Navy to meet its requirements; provide the Navy a list of course of actions for the water rights. 5. FRTC Water Rights Transfer/Relinquishment: research, prepare and submit applications with applicable fees for the transfer or relinquishment of water rights; prepare and provide required responses to the State for requests for information, change or revisions to the application; transfer of existing water rights permits to the Navy; relinquish existing water rights permits to the State. 6. FRTC Water Rights Inventory: provide an itemized inventory of all transferred and relinquished water rights with all application terms and conditions and appropriate maps. To demonstrate their ability to perform or satisfy the above requirements, interested Firms shall complete the Experience Project Data Form to identify the prior contracts that they have been awarded or performed under, that are representative of the work to be completed under the contemplated Environmental Water Security Support contract. Interested Firms shall submit no more than 3 demonstrated contracts/projects that represent their ability to complete work that is comparable in size, type, and complexity of the work outlined above. The North American Industry Classification System (NAICS) Code is 541690 (Other Scientific and Technical Consulting Services) with a Small Business Size Standard of $19,000,000. The proposed contract will be for a total performance period of five years. The estimated total contract price for the contemplated contract including the base year and all four (4) option years combined is $3.4 M. Interested Firms, Small Business, SBA certified 8(a), SBA certified HUBZone, WOSB and/or SDVOSB sources are invited to respond to this sources sought announcement by completing the attached Sources Sought Contractor Information Form and providing the completed Experience Project Data Form. Note: A single project may satisfy more than one of the above minimum requirements. At a minimum, each project description shall include the project title, cost, completion date (month, day and year) and how each project reflects the relevant experience in the required services. A specific project is a single project or a single task order under an indefinite quantity contract. �Recent� is defined as professional or A?E services completed within the past five years prior to November 30, 2025 (i.e. on/after November 30, 2020). �Completion date� is defined as 100% of the required documents are completed and submitted. Projects not meeting these requirements may not be considered. Responses to this Sources Sought announcement are due no later than 2:00 PM (San Diego, CA Local Time) on Dec. 31, 2025. Facsimile submittals will not be accepted. All NAVFAC Southwest solicitations are posted on the website at https://sam.gov/ and begin with �N62473.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/4a3caf3b886f418d9ea663886e026de1/view)
 
Place of Performance
Address: San Diego, CA, USA
Country: USA
 
Record
SN07669332-F 20251219/251217230038 (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.