SOURCES SOUGHT
F -- Planning and Conservation Services
- Notice Date
- 10/24/2025 5:40:32 AM
- Notice Type
- Sources Sought
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- NAVFACSYSCOM WASHINGTON WASHINGTON NAVY YARD DC 20374-5018 USA
- ZIP Code
- 20374-5018
- Solicitation Number
- N40080-26-PCS
- Response Due
- 11/24/2025 9:00:00 AM
- Archive Date
- 12/09/2025
- Point of Contact
- Claire Kilian, Maureen Falaschi, Phone: 2026642951
- E-Mail Address
-
claire.e.kilian.civ@us.navy.mil, maureen.e.falaschi.civ@us.navy.mil
(claire.e.kilian.civ@us.navy.mil, maureen.e.falaschi.civ@us.navy.mil)
- Description
- Product Service Code: F099 � NATURAL RESOURCES/CONSERVATION - OTHER NAICS Code: 541620 Environmental Consulting Services THIS IS A SOURCES SOUGHT ANNOUNCEMENT/MARKET SURVEY FOR WRITTEN INFORMATION 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 or any follow-up information requests. No telephone calls will be accepted requesting a bid package or solicitation. 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. Naval Facilities Engineering Systems Command, Washington, DC (NAVFACSYSCOM WASH) is conducting market research of industry to identify potential firms, with current relevant qualifications, experience, personnel, and capability to perform services required for a Firm Fixed-Price (FFP), Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for: PLANNING AND CONSERVATION SERVICES NAVFACSYSCOM WASHINGTON DC AREA OF RESPONSIBILITY (AOR) AND US TERRITORIES. NAVFACSYSCOM WASH is seeking eligible small business firms, in any of the following categories: service-disabled veteran-owned small businesses (SDVOSB), certified HUB-Zone, certified 8(a), women-owned small businesses (WOSB), economically disadvantaged women-owned small businesses (EDWOSB), and small businesses, with the capability to perform a full range of design, engineering and environmental services as necessary to support the development of facility concepts in both the planning and/or procurement process of various projects or initiatives required for a Firm Fixed-Priced Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Planning and Conservation Services of various project types. This sources sought is for services required at DOD activities primarily in, but not limited to, the area of responsibility served by NAVFACSYSCOM WASH. Major Navy and Marine Corps installations include, but are not limited to, NSA Washington (includes Washington Navy Yard, NSF Carderock, NSF Suitland, NSF Arlington, USNO, FSF Olney), NSA Bethesda, NSA Annapolis, NAS Patuxent River, NSF Indian Head, NSF Dahlgren, and MCB Quantico. The work requires knowledge and experience in the areas of architectural and engineering services, environmental planning, cultural resources management, biological resources management, and environmental compliance and restoration, related to both the DoD and Naval Shore Installation Management Mission/Operations, shore facilities planning systems, and other federal entities that are clients of NAVFAC. DESCRIPTION OF WORK: Typical activities may include, but are not limited to, the following: Environmental planning documentation including National Environmental Policy Act (NEPA) documents Description of Proposed Action and Alternatives (DOPAAs); Environmental Assessments (EAs); Environmental Impact Statements (EISs), alternative analyses; Specialized investigations, surveys, and studies (e.g. archaeological investigations, wetland studies/mitigation design, Biological Assessments, wildlife surveys); Biological investigations and restoration actions Earth science (topography, geology, soils); Wetland delineations, studies, and restoration; Coastal Zone Management, consistency determinations and shoreline studies; Benthic and water quality studies; Rare, threatened and endangered (RT&E) species surveys, assessments and consultations; Landscape design and management; Natural resource damage assessments; Forest inventories and studies; Integrated Natural Resource Management Plans (INRMPs); Bird avoidance modeling (BAM) and bird/deer aircraft strike hazard (BASH/DASH); Marine resources tasks; Invasive species management; Stream and shoreline restoration; National Historic Preservation Act compliance Cultural resource investigations/research; National Register eligibility determinations; Architectural surveys; Archaeology surveys (Phase I/II/III); Visual surveys; Artifact conservation/pre?storage curation; Section 106 documentation; Programmatic Agreements; Integrated Cultural Resource Management Plans (ICRMPs); Historic Landscape Surveys; Report preparation; Photography; Mitigation; Archaeological Site Protection Plans; Historic Structures Reports; Historic American Building Survey / Historic American Engineering Record / Historic American Landscape Survey (HABS/HAER/HALS) Documentation; Archaeological monitoring during construction; Underwater investigations; Preparation of exhibits, interpretive materials, and other related studies/efforts. Traffic studies, analysis, Traffic Management Plans; Noise studies; Master plans/Area Development Plans; Clean Air Act Applicability?Conformity analysis; Socioeconomic analyses, community outreach plans/events, etc. for a variety of programs and initiatives; Landscape studies/plans; and the preparation of associated environmental reports, documentation, studies, plans, maps, measured drawings; The ability to develop electronic files and incorporate data into Navy data (GIS) systems Environmental compliance support including Spill Prevention Countermeasure and Control (SPCC) plans, point source/non?point source investigations and mapping, storm water management, outfall structure retro?fits. Any resultant contract is anticipated to be awarded for a five-year ordering period, and the Federal Acquisition Regulation (FAR) 52.217-8 Option Period, for up to six months, if necessary. The anticipated FFP, IDIQ contract is valued at $45M over the life of the contract. The estimated range of task order values is $100,000-$500,000. The range is an estimate and the Government may place orders below or above this amount. The NAICS code for this contract is 541620 Environmental Consulting Services, and the size standard is $19M. SUBMISSION REQUIREMENTS: Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate files titled Sources Sought Contractor Information Form (form attached) and Project Information Form (form attached). These forms are required. Information not provided may prohibit your firm from consideration. If you are submitting as a mentor-prot�g� joint venture under the 8(a) program, you must provide SBA approval of the mentor-prot�g� agreement to be considered as small for this procurement. For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov/. Responses must include identification and verification of the firm�s small business status. For each of the submitted relevant projects (a maximum of five projects), ensure that the form is completed in its entirety for each project and limited to two pages per project. Ensure that the description of the project clearly identifies the type of work, final contract price, and addresses how the project meets the scope/complexity requirements. Submit a minimum of three (3) and up to a maximum of five (5) recent and relevant projects your firm has performed as a Prime or Subcontractor, to best demonstrate your experience on relevant projects that are similar in size, scope and complexity. �Recent� is defined as having been 100% completed within the last seven (7) years prior to the submission due date for the sources sought. A relevant project is defined as the type of work completed by a firm that is similar in Scope, Size, and Complexity. a. �Scope�: Refers to work that includes National Environmental Protection Act (NEPA) planning, biological investigations, and National Historic Preservation Act compliance b. �Size�: Refers to a final contract price of $100,000.00 or greater. c. �Complexity�: Refers to projects completed in Maryland, Virginia, and Washington, DC. ""Projects"" are defined as either stand-alone contracts or specific task orders under an indefinite-delivery indefinite quantity (IDIQ) contract. Note: Capability will only be satisfied on projects that are considered relevant in terms of size/scope/complexity and completed within the specified time period. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company�s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. After completing its analysis, the Government will determine whether to limit competition among 8(a), HUBZone, SDVOSB, WOSB, EDWOSB, Veteran-Owned Small Business, and/or Small Business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition. Responses are due on Monday, 24 November 2026 NLT 12:00 PM Eastern Standard Time. The submission package shall ONLY be submitted electronically to Claire Kilian and Maureen Falaschi, via email at claire.e.kilian.civ@us.navy.mil and maureen.e.falaschi.civ@us.navy.mil and MUST be limited to 5 MB in size. The subject line of the email shall state: �Planning and Conservation Services, Sources Sought N40080-26-PCS.� You are encouraged to request a ""read receipt."" Responses that do not meet all requirements or are not submitted within the allotted time will not be considered.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/69317bc872674fb6a8050bf18a29f716/view)
- Place of Performance
- Address: Washington Navy Yard, DC 20374, USA
- Zip Code: 20374
- Country: USA
- Zip Code: 20374
- Record
- SN07627796-F 20251026/251024230037 (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 |