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, specifically NAVFACSYSCOM Washington, is soliciting proposals for Multimedia Environmental Compliance Services with an emphasis on Fuel Storage Tanks/Spill, Air Quality, and Waste/Materials. This is a Total Small Business Set-Aside for a single-award Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Proposals are due by March 11, 2026, at 2:00 PM EST.
Scope of Work
The contract will provide a full range of multi-media environmental compliance services within the NAVFAC Washington Area of Responsibility (AOR) (Washington DC, Maryland, Virginia) and US Territories. Key service areas include:
- Air Quality and Clean Air Act Compliance (e.g., emissions inventory, permits, reporting).
- Fuel Storage Tank and Spill Compliance (e.g., inventory, SPCC plans, inspections, repairs).
- Waste and Materials Compliance (e.g., EPCRA reports, hazardous waste management, AFFF/PFAS remediation, asbestos management).
- Stormwater, Wastewater, and Drinking Water Compliance.
- Environmental Management System (EMS), Environmental Planning, Natural Resources, Cultural Resources, and Installation Restoration.
Contract Details
- Contract Type: Single Award FFP IDIQ
- Maximum Value: $45,000,000.00
- Term: Five-year base period with a six-month option (total not to exceed 66 months).
- Performance Period: Estimated August 7, 2026, to February 6, 2032.
- Set-Aside: Total Small Business Set-Aside (NAICS 541620, $19M size standard).
Key Amendments & Clarifications (Amendment 0003 & 0002)
- Proposal Due Date: Extended to March 11, 2026, at 2:00 PM EST.
- Experience Criteria: Proposals do not require experience in all listed criteria. Minimums: at least two projects each for Fuel Storage Tanks/Spill, Air Quality, and Waste/Materials; remaining four projects can be flexible. "Recent" projects must be completed within the last seven years (no earlier than January 7, 2019).
- Personnel Qualifications: AHERA Asbestos Project Designer certification is acceptable. NACE/AMPP certification incorporated for cathodic protection. Resumes and certifications are not required with the proposal.
- Submission Requirements: 11x17 pages are permitted only for the organizational chart. Joint Venture (JV) agreements are required for Factor 1 and for specific JV projects under Factor 2 (not counted against page limits). Subcontractor past performance can be demonstrated via a Past Performance Questionnaire (PPQ) from the prime. Working capital can be submitted directly via email.
- Cybersecurity: Bidders must comply with CMMC Level 1 (Self) requirements, including having a current CMMC status in SPRS and providing CMMC unique identifier(s) in their proposal. Subcontractors must also meet CMMC requirements.
- AFFF/PFAS: Clarified to include rinsing, removal, and disposal of AFFF-related equipment and waste.
Submission & Evaluation
- Submission: Electronic proposals (.pdf) via the PIEE Solicitation Module.
- Evaluation: Lowest Priced Technically Acceptable (LPTA) based on Technical/Management Approach, Corporate Experience, Safety, and Past Performance.
- Incumbent: N4008021D0010 with a $40M ceiling.
Contact Information
Primary Contact: Maureen Falaschi (maureen.e.falaschi.civ@us.navy.mil). Secondary Contact: Claire Kilian (claire.e.kilian.civ@us.navy.mil).