Multimedia Environmental Compliance Services with an Emphasis on Fuel Storage Tanks/Spill, Air Quality, and Waste/Materials
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 Department of the Navy / NAVFACSYSCOM WASHINGTON is soliciting proposals for Multimedia Environmental Compliance Services, with a focus on Fuel Storage Tanks/Spill, Air Quality, and Waste/Materials. This is a Total Small Business Set-Aside opportunity for the NAVFAC Washington Area of Responsibility (AOR) and US Territories. The contract is a Single Award Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) with a maximum value of $45,000,000.00. Proposals are due by February 25, 2026, at 2:00 PM EST.
Scope of Work
This solicitation covers a comprehensive range of multi-media environmental compliance services, including:
- Air Quality and Clean Air Act Compliance: Emissions inventory, permit applications, reporting, modeling.
- Fuel Storage Tank and Spill Compliance: Inventory, SPCC plans, inspections, repairs, training.
- Waste and Materials Compliance: EPCRA reports, hazardous waste management, AFFF/PFAS remediation, asbestos management.
- Other areas: Stormwater, Wastewater, Drinking Water Compliance, Environmental Management System (EMS), Other Environmental Liabilities (OEL), Environmental Planning (EA, EIS), Natural and Cultural Resources, and Installation Restoration (CERCLA, SARA, RCRA).
Contract Details
- Contract Type: Single Award FFP IDIQ
- Maximum Value: $45,000,000.00
- Contract Term: Five-year base period, with an option for up to an additional six months (total not to exceed 66 months).
- Period of Performance: Estimated August 7, 2026, to February 6, 2032.
- Set-Aside: Total Small Business Set-Aside (NAICS 541620, Size Standard $19M).
- Location Requirement: Offerors must have at least one office in the NAVFAC Washington AOR and maintain an office within 150 miles of the Washington Navy Yard throughout the contract.
Submission & Evaluation
- Proposal Submission: Electronic proposals (.pdf format) must be submitted via the PIEE Solicitation Module.
- Evaluation Basis: Lowest Priced Technically Acceptable (LPTA), considering Technical/Management Approach, Corporate Experience, Safety, and Past Performance.
- Key Attachments: Bidders must complete forms for Project Information (Attachment D), specialized experience in Fuel Storage Tanks (Attachment E), Air Quality (Attachment F), and Waste/Materials (Attachment G). A Past Performance Questionnaire (Attachment H) and a Pricing Template (Attachment C) are also required. PIEE vendor registration instructions (Attachment A) are provided.
Important Dates
- Pre-Proposal Inquiries (PPI) Due: February 3, 2026, at 2:00 PM EST (extended by amendment).
- Proposals Due: February 25, 2026, at 2:00 PM EST.
- Published Date: January 27, 2026.
Contact Information
- Primary Contact: Maureen Falaschi (maureen.e.falaschi.civ@us.navy.mil)