SOURCES SOUGHT FOR MARINE RESOURCE TECHNICAL SERVICES AT VARIOUS LOCATIONS IN HAWAII, WESTERN PACIFIC AND THROUGHOUT THE NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND PACIFIC AREA OF RESPONSIBILITY AND OTHER AREAS WORLDWIDE AS NEEDED

SOL #: N6274226R1804Sources Sought

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVFACSYSCOM PACIFIC
JBPHH, HI, 96860-3134, United States

Place of Performance

JBPHH, HI

NAICS

All Other Professional (541990)

PSC

No PSC code specified

Set Aside

No set aside specified

Timeline

1
Posted
Feb 12, 2026
2
Last Updated
Mar 4, 2026
3
Response Deadline
Feb 27, 2026, 12:00 AM

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 Systems Command Pacific (NAVFAC Pacific) is conducting a Sources Sought to identify qualified large and small businesses for Marine Resource Technical Services. This market research aims to determine the feasibility of an unrestricted with a partial small business set-aside for a future Multiple Award Contract (MAC) with an anticipated capacity of $99 Million. Services will be required primarily in Hawaii, the Marianas, Western Pacific, and Asia, within the NAVFAC Pacific AOR, and other worldwide locations as needed. Responses are due by February 26, 2026, 2:00 PM HST.

Purpose

This is a Sources Sought announcement for market research purposes only, not a solicitation. Its goal is to assess the availability of technically competent large and small businesses (including HUBZone, SDVOSB, VOSB, and WOSB) capable of providing marine resource services, and to inform the set-aside designation for a future procurement.

Scope of Work

The future contract will cover a wide range of marine resource tasks, including but not limited to:

  • Coordination of Monitoring Projects and Subject Matter Experts
  • Data Management, Analysis, and Reporting
  • Visual Surveys, Diving, and Marine Resource Surveys
  • Marine Species Observers, Passive Acoustic Monitoring, Tagging, and Photo Identification
  • Behavioral Studies, Habitat Restoration, and Coral Translocation
  • Anomaly Avoidance Surveys, Event Reconstruction, and Environmental Data Integration
  • Ecological Analysis, Outreach, and Miscellaneous Marine Biological Resource Services
  • Biomonitoring, Biosecurity, and Aquatic Invasive Species Management
  • Integrated Natural Resource Management Plans (INRMPs)
  • NEPA, Environmental Planning, and Supporting Studies
  • GIS Mapping, Endangered Species Act (ESA) Biological Opinions
  • Magnuson Stevens Fishery Conservation and Management Act (MSA) Essential Fish Habitat (EFH) Assessments, and Marine Mammal Protection Act compliance.

Contract Details

  • Type: Sources Sought (for a future Fixed-Price Multiple Award Contract (MAC), Indefinite-Quantity Type contract)
  • Anticipated Capacity: $99 Million
  • Duration: Base period plus six (6) option periods
  • NAICS: 541990 (Other Scientific and Technical Consulting Services)
  • Set-Aside: Feasibility of an unrestricted with a partial small business set-aside designation is being determined.
  • Place of Performance: Primarily Hawaii, Marianas, Western Pacific, Asia, and other worldwide locations within the NAVFAC Pacific AOR.

Submission Requirements

Interested firms must be registered in SAM.gov and submit the following by February 26, 2026, 2:00 PM HST:

  1. Information Summary Matrix: Detail company qualifications, financial capacity (average annual receipts, maximum monthly receipts, line of credit), contractual experience (Fixed Price IDIQ, Marine Resource Services), key personnel information (education, projects, role), and project experience (five completed projects in Hawaii/NAVFAC PACIFIC AOR).
  2. Potential Offeror Questionnaire: Address specific capabilities including the number of qualified marine biologists/scientific divers, ability to manage multiple large-scale projects, expertise in scientific dive surveys, underwater bioacoustic analysis, complex marine mitigation projects, business licensing in the AOR, and capability to link to government tracking systems.
  3. Minimum Professional Qualifications: Ensure all personnel meet the detailed requirements for roles such as Principal, Project Manager, Environmental Scientist, Marine/Technical Biologist, Commercial/Scientific Diver, Dive Supervisor, Marine Species Observer, NEPA Planner, GIS Specialist, Hydrologist/Wetland Specialist, Site Safety Officer, Editor, and Administrative Assistant.

Submissions must be sent via electronic mail to rachel.m.gerakas.civ@us.navy.mil and casey.c.sugihara.civ@us.navy.mil. Complete information is required, as the Government will not seek clarification.

Important Notes

This market survey is for planning purposes only and does not constitute a Request for Proposal or an obligation on the part of the Government. No debriefings will be provided, and no telephone calls or facsimiles will be accepted.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 3
Sources Sought
Posted: Mar 4, 2026
View
Version 2
Sources Sought
Posted: Feb 24, 2026
View
Version 1Viewing
Sources Sought
Posted: Feb 12, 2026