SOURCES SOUGHT
F -- A/E IDIQ CONTRACT FOR STORMWATER, WATER QUALITY, AND INCIDENTAL GROUNDWATER, WASTEWATER, AND POTABLE WATER ENVIRONMENTAL COMPLIANCE AND MANAGEMENT SERVICES
- Notice Date
- 4/30/2025 10:45:00 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NAVFACSYSCOM SOUTHWEST SAN DIEGO CA 92132-0001 USA
- ZIP Code
- 92132-0001
- Solicitation Number
- N6247325RG001
- Response Due
- 5/30/2025 5:00:00 PM
- Archive Date
- 06/14/2025
- Point of Contact
- Mica C. Paulson
- E-Mail Address
-
mica.c.paulson.civ@us.navy.mil
(mica.c.paulson.civ@us.navy.mil)
- Description
- SOURCES SOUGHT REFERENCE NUMBER N6247325RG001 Subject: INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT for ARCHITECTURAL � ENGINEERING (A/E) SERVICES PROVIDING STORMWATER, WATER QUALITY, AND INCiDENTAL GROUNDWATER, WASTEWATER, AND POTABLE WATER ENVIRONMENTAL COMPLIANCE AND MANAGEMENT SERVICES AT navy INSTALLATIONS and marine corpS BASES AREA OF RESPONSIBILITY (AOR) primarily in ca and to a lesser extent in az, co, nm, nv, ut, and other dod SITES NATIONWIDE THIS IS A SOURCES SOUGHT SYNOPSIS FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. This Sources Sought Synopsis is being used as a market research tool to determine the availability and adequacy of potential qualified small business sources prior to determining the method of acquisition and issuance of a solicitation for A/E services for stormwater water quality, and incidental groundwater, wastewater, and potable water environmental compliance and management services.. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Naval Facilities Engineering Systems Command, Southwest (NAVFAC Southwest), implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. The Government is not responsible for the cost associated with any effort expended in responding to this notice. All Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB), Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), Women-Owned Small Businesses (WOSB), Small Disadvantaged Businesses (SDB) certified under the Small Business Administration�s (SBA�s) 8(a) Business Development Program, Historically Underutilized Business Zone Small Businesses (HUBZone SB) certified by SBA, and all other small businesses are encouraged to respond. If you are a HUBZone or an 8(a) Small Business, please submit the SBA Certification Letter or contract information for assigned SBA Business Development Specialist. Responses to this notice will determine the feasibility and/or basis for the Navy�s decision to proceed with an acquisition. Information received in relation to this notice will be used to assist the Government in developing an overall acquisition strategy, including the type and number of contracts and use of small business concerns. The Government is not obligated to and will not pay for any information received from potential sources as a result of this Synopsis. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government�s best interest. The Government is contemplating the award of a Single Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) Contract. Professional Architect-Engineering (A-E) technical services are required on a firm fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for stormwater water quality, and incidental groundwater, wastewater, and potable water environmental compliance and management services. The work will be performed at United States Navy Installations and Marine Corps Bases primarily in California, and to a lesser extent in Arizona, Colorado, New Mexico, Nevada, Utah, and other Department of Defense (DoD) or federal agency sites nationwide. Architect and Engineering technical services are required to assist Navy Installations and Marine Corps Bases with meeting their statutory compliance requirements for all applicable environmental laws and regulations. Individual contract task orders will define specific technical objectives and may include environmental engineering and scientific assistance to achieve compliance with various environmental statutes, including but not limited to Clean Water Act (CWA), National Pollutant Discharge Elimination System (NPDES), and Safe Drinking Water Act (SDWA). Work may involve stormwater and other environmental media areas aligned with base-wide environmental compliance programs, Installation facilities projects, and incidental technical assistance to other NAVFAC or DoD programs. These efforts include, but are not limited to the following: sampling, analytical, and reporting; audits; studies; engineering and cost estimating services; investigations; evaluations; consultations; design; value engineering; pilot or treatability projects to demonstrate innovative technologies; field monitoring and sampling; preparing, obtaining, and amending regulatory permits; operation, regulatory review; monitoring and optimization of environmental treatment or control systems; equipment calibration; pollution prevention; regulatory compliance training; and the application of sustainability principles and practices. The NAICS code for this proposed procurement is 541330 (small business size standard is $25.5 million). If the solicitation is issued, the contract will likely consist of a one-year base period and may include up to four (4), one-year options, plus a 6 month extension, totaling up to five (5) years and six (6) months of performance. The anticipated total work to be issued over the life of the contract is not anticipated to exceed the estimated maximum amount of $75 million. The task order range for a single task order issued under the contract is anticipated be $5,000 to $3,000,000. Responses to this Sources Sought Notice should reference the Sources Sought Number (N6247325RG00) and shall include the following information: 1. Company Name, address, Point of Contact Name, Phone Number, and E-mail address. 2. The company�s Contractor and Government Entity (CAGE) Code. 3. Contractor�s Business Size, identifying whether the company is a (HUBZone); 8(a) Small Disadvantaged Business firms; Service Disabled Veteran-owned Small Business firms; Women Owned Small Business; Economically Disadvantaged Women Owned Small Business and/or Small Business. 4. Provide a capability statement demonstrating the contractor�s ability to provide the A/E Engineering services to meet their statutory compliance requirements for all applicable environmental laws and regulations. 5. Provide any other supporting documentation. 6. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary expertise, experience and financial capability to compete for this acquisition. Submissions are not to exceed three (3) pages in no less than 12 pitch font. 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 or emails will be accepted for requests for a bid package or solicitation packages because there is no bid package or solicitation available at this time. Please submit your interest and capability statement via email to Mica Paulson, mica.c.paulson.civ@us.navy.mil no later than May 20, 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c457601242af46228320a80e10756367/view)
- Place of Performance
- Address: CA, USA
- Country: USA
- Country: USA
- Record
- SN07427090-F 20250502/250430230050 (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 |