SOURCES SOUGHT
C -- ARCHITECT/ENGINEERING SERVICES FOR ENVIRONMENTAL INVESTIGATIONS, PERMIT APPLICATIONS AND RELATED STUDIES AT VARIOUS NAVY AND MARINE CORPS ACTIVITIES, PACIFIC BASIN AND INDIAN OCEAN AREAS
- Notice Date
- 12/8/2025 4:39:21 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NAVFACSYSCOM PACIFIC JBPHH HI 96860-3134 USA
- ZIP Code
- 96860-3134
- Solicitation Number
- N6274226R1803
- Response Due
- 12/29/2025 4:00:00 PM
- Archive Date
- 12/29/2025
- Point of Contact
- Rachel Isara-Phan, Phone: 8086027017, Kylee Chun, Phone: 8087496584
- E-Mail Address
-
rachel.m.isara-phan.civ@us.navy.mil, kylee.k.chun.civ@us.navy.mil
(rachel.m.isara-phan.civ@us.navy.mil, kylee.k.chun.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT. THE INTENT OF THIS SYNOPSIS IS TO IDENTIFY QUALIFIED, RESPONSIBLE HISTORICALLY UNDERUTILIZED BUSINESS ZONE (HUBZONE); WOMAN-OWNED SMALL BUSINESS (WOSB); SECTION 8(A); SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB); AND SMALL BUSINESS (SB) FIRMS THAT ARE CAPABLE OF PROVIDING professional Architect-Engineer (A-E) services in support of the Department of the Navy�s programs for Environmental Investigations, Permit Applications and Related Studies at various Navy and Marine Corps activities predominantly in Hawaii, Guam, Japan, and other locations within the Naval Facilities Engineering Systems Command (NAVFAC) area of responsibility worldwide as needed. This is a Sources Sought announcement 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. No telephone calls will be accepted requesting a bid package or solicitation because there is no bid package or solicitation available. 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. As such, all firms from any of the foregoing categories are shall submit their qualification and experience, in detail, on (1) Information Summary Matrix to this synopsis, which will be used to evaluate responding firms. The Information Summary Matrix shall not exceed 15 pages, single sided. The Naval Facilities Engineering Systems Command Pacific (NAVFAC PAC), Pearl Harbor, Hawaii will be seeking the most highly qualified firm to perform the required services, based on the demonstrated competence and qualifications, in accordance with the selection criteria and provisions of Federal Acquisition Regulation (FAR) 36.6, Architect-Engineer Services. NAVFAC PAC plans to solicit for Engineering Services (NAICS 541330). The applicable size standard is $25.5 million in annual receipts. The contract term is anticipated to include a 12-month base period, four (4) 12-month option periods and one (1) 6-month extension of services period (FAR 52.217-8) or $30,000,000, whichever occurs first. All work performed during the life of the contract will be ordered by the Government on an as-needed basis through the issuance of firm fixed price Contract Task Orders (CTOs). Individual CTOs will be issued with statements of work which describe the nature of the work to be performed and requirements for the period of performance. There is no limit on the total value for all CTOs awarded except that no award or combination of awards shall cause the maximum value of the contract to be exceeded. The A-E shall provide engineering services for environmental investigations, permit applications and related studies of water, wastewater, storm water, hazardous waste, solid waste and pollution prevention, in accordance with the following laws and applicable regulations: 1) Clean Water Act (CWA); 2) Safe Drinking Water Act (SDWA); 3) Toxic Substances Control Act (TSCA); 4) Resource Conservation and Recovery Act (RCRA); 5) Clean Air Act (CAA); and 6) Oil Pollution Act of 1990 (OPA90), and applicable Executive Orders, Department of Defense (DoD), Navy/Marine Corps policies and instructions, industry standards as adopted by DoD, and applicable environmental governing standards in foreign countries, and other applicable standards. Work shall be performed in accordance with the requirements and statements of work submitted with each project. Work may be requested by the Department of Navy, NAVFAC PAC, Hawaii (HI) and Marianas (MAR). Requests may also originate from other NAVFAC Commands. The general scope of this contract requires professional services to include the preparation of analytical studies, reports, management plans, technical evaluations, training material, permit applications, preliminary engineering designs, cost estimates and supporting documents for corrective projects, and performing monitoring/testing/training actions. The A-E must have or be able to obtain microbiology, toxicology and chemistry laboratory services. Services may also include the completion of the following, but not limited to, the preparation of reports, permit applications, preliminary engineering designs, cost estimates, supporting documents for corrective projects, and monitoring actions. Projects will predominantly involve regulatory compliance, planning, designs, operation and maintenance in any one or a combination of the following or related: Potable water master plans and utility assessments; Potable water quality and treatment studies; Wastewater utility assessments; Potable water sanitary surveys; Cross-connection control and backflow prevention surveys and program plans; Sludge handling and disposal management; Wastewater slug prevention plans; Industrial wastewater management plans Storm water investigations, permit and management, including low impact development (LID) planning; Oily waste, treatment, recycling and disposal; Spill prevention and response planning; Potable water system vulnerability assessments and emergency response/contingency planning; Hydro-geological modeling; Air/ozone-depleting substances (ODS) inventory, permit, modeling and management plan; Pollution prevention (P2); Solid waste utility system assessment and management plans; Hazardous waste management; Dredged material management plans; and Surveying and cadastral, including hydrographic surveying. NAVFAC PAC will use the responses to this Sources Sought synopsis to make the appropriate acquisition decision for the planned procurement. Any set-aside decision will be based on market research results. This is not an announcement of the availability of a solicitation nor is it a means of generating a plan-holder�s list. After evaluation of the responses to this synopsis, a pre-solicitation announcement will be published on the Contract Opportunities website (https://sam.gov/) if the Government intends to proceed with this procurement. Firms shall be registered in SAM via https://www.sam.gov in order to do business with the federal government. Provide Unique Entity ID (UEI) and CAGE Code in Block 3 of the Information Summary Matrix. Firms must have on-line access to e-mail via the internet for routine exchange of correspondence. Information Summary Matrix should be submitted using the attached form by electronic mail to and rachel.m.isara-phan.civ@us.navy.mil and kylee.k.chun.civ@us.navy.mil no later than 29 December 2025, 2:00pm HST. Complete information must be submitted, as the Government will not seek clarification of information provided. The market survey is for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government will not provide a debriefing on the results of this survey. All information will be held in a confidential manner and will only be used for the purposes intended. NO TELEPHONE CALLS OR FACSIMILES WILL BE ACCEPTED. Responses received after the deadline or without the required information will not be considered. Since this is a Sources Sought announcement only, evaluation letters will not be issued to any respondent.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0522f26855a6470ea5fb206e5585c896/view)
- Place of Performance
- Address: JBPHH, HI 96860, USA
- Zip Code: 96860
- Country: USA
- Zip Code: 96860
- Record
- SN07660114-F 20251210/251208230037 (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 |