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
Mar 6, 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 across Hawaii, the Western Pacific, and the broader NAVFAC Pacific Area of Responsibility (AOR), with potential worldwide requirements. This market research aims to assess industry capabilities and determine the feasibility of an unrestricted contract with a partial small business set-aside. Responses are due by March 6, 2026, 2:00 PM HST.

Purpose

This is a Sources Sought announcement, not a solicitation, to identify potential large and small business firms (including HUBZone, Service-Disabled Veteran-Owned, Veteran-Owned, and Women-Owned Small Businesses) capable of providing comprehensive marine resource technical services. The goal is to determine if sufficient technically competent sources exist and to evaluate the feasibility of an unrestricted contract with a partial small business set-aside designation.

Scope of Services

The anticipated Fixed-Price Multiple Award Contract (MAC), with an estimated capacity of $99 Million, will cover a wide range of marine resource tasks. These include, but are 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, Tracking, and Photo Identification
  • Behavioral Studies, Habitat Restoration, and Coral Translocation
  • Anomaly Avoidance Surveys, Event Reconstruction, and Environmental Data Integration
  • Ecological Analysis (excluding the duplicate entry), Outreach, and 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
  • Marine Mammal Protection Act compliance.

Work will primarily occur in Hawaii, the Marianas, Western Pacific, and Asia, with potential for other worldwide locations.

Contract Details

The Government plans to award a Fixed-Price Multiple Award Contract (MAC), Indefinite-Quantity Type, with a base period and six (6) option periods. The anticipated MAC capacity is $99 Million. The NAICS code for this requirement is 541990 (All Other Professional, Scientific, and Technical Services). No set-aside has been designated at this market research stage.

Key Requirements & Qualifications

Firms must demonstrate capabilities in managing multiple large-scale projects, scientific dive survey methods, underwater bioacoustic analysis, and complex marine mitigation projects. Personnel must meet specific minimum professional qualifications, including roles such as Principal, Project Manager (Biological), Environmental Scientist, Marine/Technical Biologist, Commercial/Scientific Divers, Marine Species Observers, NEPA Planners, and GIS Specialists. Contractors must ensure compatibility with government software systems (Microsoft, Adobe, ESRI ArcGIS) and have access to SAM.gov and PIEE. For the Information Summary Matrix, projected revenue should be reported for Calendar Years 2026 and 2027.

Submission Requirements

Interested and qualified firms are invited to submit:

  1. A completed Information Summary Matrix, detailing company information, small business status, financial capacity, contractual experience, personnel qualifications, and five relevant project experiences.
  2. A completed Potential Offeror Questionnaire, addressing capabilities in areas like qualified personnel numbers, multi-project management, specialized marine survey techniques, and government system integration.

Submissions must be sent via electronic mail to rachel.m.gerakas.civ@us.navy.mil and casey.c.sugihara.civ@us.navy.mil. Firms must be registered in SAM.gov and provide their UEI and CAGE Code.

Response Deadline

All required information must be submitted no later than March 6, 2026, 2:00 PM HST.

Important Notes

This is for planning purposes only and does not constitute a Request for Proposal or an obligation by the Government. No contract will be awarded from this announcement, and no reimbursement will be made for response costs. The Government will not provide debriefings or evaluation letters.

People

Points of Contact

Files

Files

Download
Download
Download
Download

Versions

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