Multimedia Environmental Compliance Services with an Emphasis on Fuel Storage Tanks/Spill, Air Quality, and Waste/Materials

SOL #: N4008026R1002Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVFACSYSCOM WASHINGTON
WASHINGTON NAVY YARD, DC, 20374-5018, United States

Place of Performance

Place of performance not available

NAICS

Environmental Consulting Services (541620)

PSC

Hazardous Substance Analysis (F107)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Nov 17, 2025
2
Last Updated
Mar 5, 2026
3
Submission Deadline
Mar 11, 2026, 6:00 PM

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 has issued a Solicitation for Multimedia Environmental Compliance Services, with a focus on Fuel Storage Tanks/Spill, Air Quality, and Waste/Materials. This Total Small Business Set-Aside opportunity covers 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 March 11, 2026, at 2:00 PM EST.

Scope of Work

This opportunity requires a full range of multi-media environmental compliance services. Key areas include:

  • 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/LBP management.
  • Other Services: Stormwater, Wastewater, Drinking Water, Environmental Management System (EMS), Other Environmental Liabilities (OEL), Environmental Planning (EA, EIS), Natural Resources, Cultural Resources, and Installation Restoration (CERCLA, SARA, RCRA).

Contract Details

  • Contract Type: Single Award Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ).
  • Maximum Contract Value: $45,000,000.00.
  • Contract Term: A base period of five years, with an option to extend services for up to an additional six months, totaling 66 months.
  • Period of Performance: Estimated from August 7, 2026, to February 6, 2032.
  • NAICS Code: 541620 Environmental Consulting Services, with a size standard of $19M.

Submission & Evaluation

  • Proposal Submission: Electronic proposals in .pdf format must be submitted via the PIEE Solicitation Module.
  • Proposal Due Date: March 11, 2026, at 2:00 PM EST.
  • Evaluation: Proposals will be evaluated on a Lowest Priced Technically Acceptable (LPTA) basis, considering Technical/Management Approach, Corporate Experience, Safety, and Past Performance.
  • Cybersecurity Requirements: Bidders must comply with DFARS 252.204-7025 and 252.204-7021, requiring Cybersecurity Maturity Model Certification (CMMC) Level 1 (Self). A current CMMC status in SPRS and unique identifier(s) must be provided in the proposal. Subcontractors must also meet CMMC requirements.

Key Requirements & Clarifications

  • Office Location: Offerors must have and maintain at least one office within the NAVFAC Washington AOR and within 150 miles of the Washington Navy Yard.
  • Past Performance: Projects must be "recent" (completed within the last seven years, no earlier than January 7, 2019) and include minimums for Fuel Storage Tanks/Spill, Air Quality, and Waste/Materials.
  • Specialized Experience: Bidders do not need to demonstrate experience with all listed criteria in Attachment G.
  • Personnel Qualifications: Clarifications provided for AHERA Asbestos Project Designer, NACE/AMPP cathodic protection, Scientist (Chemist) with 1 year Level III data validation, and CADD Operator. Resumes and certifications are not required with the proposal.
  • Attachments: Key attachments include the Past Performance Questionnaire (PPQ), Project Information Form, and specialized experience tables for Fuel Storage Tanks, Air Quality, and Waste/Materials. Government responses to Pre-Proposal Inquiries (PPIs) are also available.

Contact Information

For inquiries, contact Maureen Falaschi (maureen.e.falaschi.civ@us.navy.mil) or Claire Kilian (claire.e.kilian.civ@us.navy.mil).

People

Points of Contact

Maureen FalaschiPRIMARY
Claire KilianSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
View
View
View
View

Versions

Version 6
Solicitation
Posted: Mar 5, 2026
View
Version 5Viewing
Solicitation
Posted: Feb 18, 2026
Version 4
Solicitation
Posted: Jan 27, 2026
View
Version 3
Solicitation
Posted: Jan 7, 2026
View
Version 2
Pre-Solicitation
Posted: Dec 11, 2025
View
Version 1
Pre-Solicitation
Posted: Nov 17, 2025
View
Multimedia Environmental Compliance Services with an Emphasis on Fuel Storage Tanks/Spill, Air Quality, and Waste/Materials | GovScope