NAVFAC NW LONG TERM MONITORING, OPERATIONS AND MAINTENANCE ENVIRONMENTAL REMEDIATION SERVICES

Agency:
State: Washington
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159835816125386
Posted Date: Jan 25, 2024
Due Date: Feb 24, 2004
Source: Members Only
Follow
NAVFAC NW LONG TERM MONITORING, OPERATIONS AND MAINTENANCE ENVIRONMENTAL REMEDIATION SERVICES
Active
Contract Opportunity
Notice ID
N4425524R2000
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC PACIFIC CMD
Sub Command 2
NAVFAC NORTHWEST NW
Office
NAVFACSYSCOM NORTHWEST
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Jan 25, 2024 09:15 am PST
  • Original Response Date: Feb 24, 2004 02:00 pm PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 10, 2004
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: F111 - ENVIRONMENTAL SYSTEMS PROTECTION- MULTIPLE POLLUTANT SUPPORT
  • NAICS Code:
    • 562910 - Remediation Services
  • Place of Performance:
    Silverdale , WA 98315
    USA
Description

This Sources Sought announcement N4425524R2000 is open to all small businesses nationwide. It is issued to determine small business capability and interest to perform a planned environmental remediation services contract for long term monitoring, operations and maintenance. This is not a solicitation 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.



Typical work for this contract will be to determine the effectiveness of remedial actions by measuring levels of chemicals and their impact on biota, comparing the results w/cleanup levels (CUL’s) and/or remedial action objectives; make recommendations regarding monitoring efforts to support objectives; effectively operate and maintain environmental remediation systems; make recommendations regarding operation and maintenance to support objectives, including optimization for green and sustainable remediation per Navy Guidance on Green and Sustainable Remediation. The information will be used to identify contaminant trends in the environment in order to optimize operation and maintenance of the remedial action.



Potential work and required capabilities may include but is not limited to the following:



Services to Elements



Services: Inspection, assessment, monitoring, modeling, sample collection and analysis, data validation, technical report preparation, consultation, field technical support, well installation and decommissioning, project management, and surveying.



Elements: Air, aquatic ecosystems, soil media, marine environment, surface water, sediment, tanks, wastes, benthic/terrestrial organisms, and groundwater.



Operation, Maintenance, and Monitoring of Sites: Capped landfills, groundwater treatment systems, vegetative geogrids, shoreline protection, soil and vapor extraction, bioventing systems, phytoremediation remedies, steam or air sparging systems, sediment caps, infiltration barriers, leach basins, storm water networks and treatment systems, in-situ oxidation systems, free product recovery systems, monitored natural attenuation remedies, wells (including protective structures), site boundary/perimeter/fencing/roads and signage, and road pavement.



The contractor will be responsible for knowledge of and experience with local, state, and federal environmental laws and regulations. The contractor must have experience with preparation and filing of reports acceptable to state and federal environmental regulatory agencies.


Attachments/Links
Contact Information
Contracting Office Address
  • 1101 TAUTOG CIRCLE STE 203
  • SILVERDALE , WA 98315-1101
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 25, 2024 09:15 am PSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >