Environmental Science and Engineering Contract, A-E Services to be Ordered on Indefinite-Delivery, Indefinite-Quantity Schedule
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC) is conducting market research for an upcoming Indefinite Delivery Indefinite Quantity (IDIQ), Hybrid Firm Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF) Single Award Contract for Architectural-Engineer (A/E) services worldwide. This Sources Sought notice aims to identify qualified firms for environmental science and engineering services, particularly in environmental restoration. Responses will inform the set-aside strategy for the future solicitation. Capabilities statements are due by May 22, 2026.
Scope of Work
The contract will provide engineering and design services for environmental restoration and other environmental areas to support U.S. Navy, Marine Corps, Base Realignment and Closure (BRAC) installations, and other federal organizations globally. Key services include:
- Investigation and remediation of emerging contaminants (e.g., PFAS) and radiological compounds.
- Biological processes using advanced molecular tools for bioremediation.
- Groundwater modeling for contaminant fate and transport.
- Design, technical support, and optimization for site investigation and remediation projects, including underwater sediment, vapor intrusion, and Munitions Response Program (MRP).
- Incidental construction tasks may be included if minor and strictly incidental to A-E services.
Contract Details
- Type: Sources Sought (pre-solicitation market research) for a future Hybrid FFP/CPFF Single Award IDIQ.
- NAICS: 541330 – Engineering Services ($25.5M size standard).
- Estimated Value: Aggregate value not to exceed $150,000,000 over a 60-month ordering period plus four one-year options.
- Task Order Range: Individual Task Orders can range from $100,000 to $6,000,000.
- Place of Performance: Worldwide, administered from Port Hueneme CBC Base, CA.
- Set-Aside: Not yet determined; market research will inform the strategy for small business categories. All businesses are encouraged to respond.
Submission Requirements
Interested businesses must submit a capabilities statement (max 10 pages, 12pt font minimum) addressing:
- Relevant Experience: Similar scope and complexity within the last five years.
- Company Profile: Number of employees, office locations, DUNS, CAGE Code, and small business designation/status.
- Professional Registrations: In all states and overseas areas where work is performed. Incumbent firms are not required to submit.
Evaluation (Future Solicitation)
Pricing will not be a selection factor in the forthcoming solicitation. Technical criteria for Task Orders will adhere to the latest applicable codes and guidance. Personnel may require U.S. citizenship and security clearances.
Deadlines & Contact
- Capabilities Statement Due: May 22, 2026, 21:30 UTC.
- Published Date: May 6, 2026.
- Contact: Ryan J. Kenniff (ryan.j.kenniff.civ@us.navy.mil) for questions and submissions.