SOURCES SOUGHT
F -- Environmental Technical Services (ETS) � Small Arms Range Maintenance, AFFF, and Waste Management
- Notice Date
- 7/18/2025 5:18:36 AM
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- NAVFACSYSCOM SOUTHEAST NAS JACKSONVILLE FL 32212-0030 USA
- ZIP Code
- 32212-0030
- Solicitation Number
- N6945026R1003
- Response Due
- 8/5/2025 10:00:00 AM
- Archive Date
- 08/20/2025
- Point of Contact
- Linnen Hodo, Brent Kupfer
- E-Mail Address
-
linnen.e.hodo.civ@us.navy.mil, brent.h.kupfer.civ@us.navy.mil
(linnen.e.hodo.civ@us.navy.mil, brent.h.kupfer.civ@us.navy.mil)
- Small Business Set-Aside
- 8AN 8(a) Sole Source
- Description
- Sources Sought Notice Environmental Technical Services (ETS) � Small Arms Range Maintenance, AFFF, and Waste Management Solicitation No.: N6945026R1003 1. Introduction THIS IS A SOURCES SOUGHT ANNOUNCEMENT AND MARKET RESEARCH SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION 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 requests. The Naval Facilities Engineering Systems Command Southeast (NAVFAC SE) is conducting market research to identify potential 8(a) qualified small businesses capable of providing Environmental Technical Services (ETS), as described below. 2. Contract Overview NAVFAC SE intends to award one (1) Firm-Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract in support of the NAVFAC Southeast Area of Responsibility (AOR), including: SC, GA, AL, TN, FL, LA, MS, TX Naval Station Guantanamo Bay, Cuba Facilities in the Caribbean Estimated Contract Value: up to $4.5M total over a 5-year period of performance. Task Order Range (estimated): $5,000 � $500,000 each. Product Service Code: F999 � Other Environmental Services NAICS Code: 562910 � Environmental Remediation Services Size Standard: 750 employees. The Government is contemplating an 8(a) competitive set-aside based on market research findings. 3. Scope of Work Work includes all labor, supervision, materials, and equipment required to perform: Small arms firing range clearance & maintenance: recovery and recycling of projectiles from indoor and outdoor ranges, range maintenance and repair, soil testing and conditioning to prevent lead migration, restoration of ground contours, and ensuring compliance with lead management best practices. Aqueous Film Forming Foam (AFFF) control, removal, rinsing & disposal: sampling and laboratory analysis for perfluorinated compounds, removal of AFFF from fixed and mobile systems, rinsing/cleaning of tanks, piping, and equipment, and proper disposal of concentrates and rinsates in accordance with environmental standards. Hazardous and other regulated waste management & release support: inventory, sampling, profiling, packaging in DOT-approved containers, manifesting, transporting, and disposal at authorized facilities; clean-up of waste releases; and preparation of final reports. Tasks are expected to comply with Navy environmental, safety, and quality requirements, and may involve work on secure military installations with appropriate security clearances. Past experience with military or regulated industrial environments is preferred. 4. Information Requested Interested firms should submit a written response (10 pages or less) addressing the following: Business Information: Company Name CAGE & UEI numbers Address Primary & secondary POCs with email & phone Website Business classification (check all that apply): ? 8(a) ? WOSB ? HUBZone ? SDVOSB ? Other Small Business ? Large Business Mentor-Prot�g� status, if applicable (include evidence). Capabilities: Identify which primary tasks your firm can self-perform without subcontracting. Geographic areas within the AOR where you can perform. Maximum number of concurrent task orders your firm has managed under an IDIQ (and under single vs. multiple contracts). How your firm would comply with FAR 52.219-14 to self-perform at least 50% of the work. Relevant Experience: Up to 3 projects performed in the last 5 years of similar size, scope, and complexity. Include project title, scope summary, dollar value, location, and reference POC contact info. Personnel: Number and type of licensed professionals available (e.g., PMs, engineers, geologists, safety, CQM). If proposing a teaming arrangement, include team member roles and qualifications. 5. Submission Instructions Complete the Sources Sought Questionnaire Responses are due by: 05 August 2025 at 1:00 PM EST Email responses to: Linnen E. Hodo, Contract Specialist linnen.e.hodo.civ@us.navy.mil Subject line: Sources Sought Response � N6945026R1003 ETS Responses must be submitted in PDF or Word format and should not exceed 10 pages. 6. Disclaimer This is a sources sought announcement only, issued solely for market research purposes to assist NAVFAC SE in determining whether to set aside this procurement and identifying qualified 8(a) small business sources. This notice does not constitute a Request for Proposal, Quote, or Invitation for Bid and does not obligate the Government to issue a solicitation or award a contract.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/53b24b31875249d4b78efbb8409486d3/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07516289-F 20250720/250718230045 (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 |