Base Operations Support Services For NSA Annapolis and US Naval Academy, Annapolis, Maryland
ID: N6247025R0001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM ATLANTICNORFOLK, VA, 23508-1278, USA

NAICS

Facilities Support Services (561210)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 6:00 PM UTC
Description

The Department of Defense, through the Naval Facilities Engineering Systems Command Atlantic, is seeking small and socio-economic businesses to provide Base Operations Support (BOS) Services for the Naval Support Activity Annapolis and the U.S. Naval Academy in Maryland. The anticipated contract, valued at approximately $30 million annually, will encompass a range of services including facility management, pest control, waste management, utilities management, and support for special events, with a potential duration of up to 102 months including option periods. This initiative is crucial for maintaining operational efficiency and compliance with federal standards at the facilities. Interested vendors must submit Statements of Capabilities and complete a Sources Sought Questionnaire by April 21, 2025, and can contact Jamie Oyelowo at jamie.l.oyelowo.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil for further information.

Files
Title
Posted
Apr 2, 2025, 11:04 AM UTC
The NAVFAC Washington Sources Sought Questionnaire outlines the requirements for providing Base Operating Support (BOS) services at the Naval Support Activity (NSA) in Annapolis, Maryland. The project, classified under NAICS code 561210, requires contractors to supply all necessary labor, management, supervision, tools, materials, and transportation to perform facility support services. Key areas of service include facility management, pest control, waste management, utilities management, and support for special events. Contractors are invited to provide information about their company, including capacity for single and aggregate projects, small business classifications, and previous experience in relevant contracts. The document emphasizes the importance of partnerships and highlights the need for contractors to disclose their capability to perform service responsibilities. The purpose of this questionnaire is to assess the market, gauge interest from potential vendors, and inform the subsequent procurement process for federal RFPs pertaining to facility and operational support services at NSA Annapolis. This initiative seeks qualified contractors who can deliver effective and compliant services in line with federal standards and regulations.
Apr 2, 2025, 11:04 AM UTC
The Naval Facilities Engineering Systems Command Atlantic is conducting a Sources Sought Notice to identify small and socio-economic businesses interested in competing for the Base Operations Support (BOS) Services Contract for the Naval Support Activity Annapolis and U.S. Naval Academy. This announcement is strictly a market research tool and not a solicitation for proposals. Eligible businesses include small, service-disabled veteran-owned, HUB Zone, women-owned, and 8(a) firms, while large businesses will not be considered. The anticipated contract, potentially valued at $30 million annually, will replace an existing contract and may last up to 102 months, including multiple option periods. Services required might range from facility management and pest control to transportation and utility management. Interested parties are requested to submit Statements of Capabilities detailing their qualifications and relevant experience, alongside a completed Sources Sought Questionnaire. Responses are due by April 21, 2025, and the government reserves the right to cancel the acquisition at any point, not being liable for any costs incurred during this process. The overall aim is to gather information to guide the acquisition strategy and determine if the project should be set aside for small businesses.
Lifecycle
Title
Type
Similar Opportunities
N44255-24-R-2500 WEST SOUND BASE OPERATIONS SUPPORT SERVICES
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Northwest (NAVFACSYSCOM NORTHWEST), is seeking proposals for Base Operations Support Services at Naval Base Kitsap, Washington. This procurement aims to provide comprehensive facilities support services, which are crucial for maintaining operational readiness and efficiency at the naval base. Interested contractors should note that the solicitation falls under the NAICS code 561210, focusing on Facilities Support Services, and the PSC code S216, which pertains to housekeeping and facilities operations support. For further inquiries, potential bidders can contact Liliana Sanchez at liliana.m.sanchez.civ@us.navy.mil or Cynthia Swink at cynthia.l.swink.civ@us.navy.mil, with the primary contact number being 360-396-6707.
Z--Kings Bay Base Operations Support (BOS) I Services
Buyer not available
Presolicitation DEPT OF DEFENSE is seeking services for Base Operations Support (BOS) I at Naval Submarine Base (NSB) Kings Bay, Georgia and surrounding areas. The services include force protection, facility management, facility investment, utilities management, and other related services. The contract is anticipated to have a base period of ten months with seven one-year option periods, totaling a performance period of seven years and ten months. The contract will be competitively procured using FAR Part 15. The NAICS Code for this procurement is 561210 with an annual small business size standard of $38.5M. The anticipated date of final RFP issuance is on or after 17 April 2019.
Z--Mayport Base Operations Support (BOS) II Services
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Base Operations Support (BOS) II services at Naval Station Mayport, Jacksonville, Florida. This includes custodial, pest control, waste management, grounds maintenance, and landscaping services. The contract will be competitively procured as an 8(a) set-aside. The anticipated date of RFP issuance is on or after 1 April 2019.
J019 - SMALL CRAFT MAINTENANCE AND UPGRADE SUPPORT SERVICES
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is soliciting proposals for Small Craft Maintenance and Upgrade Support Services. The contract aims to provide comprehensive maintenance, repair, and upgrade services for a fleet of twenty small vessels utilized by the Naval Oceanographic Office (NAVOCEANO), ensuring compliance with established standards and regulations. This initiative is crucial for maintaining operational readiness and enhancing capabilities in marine surveying and training operations. Interested small businesses must submit their proposals by April 10, 2025, with the contract valued on a firm-fixed-price basis for a five-year period, potentially extending for an additional six months. For further inquiries, contact Joseph Caltagirone at joseph.caltagirone@navy.mil or by phone at 564-226-0669.
Z--Base Operation and Support (BOS) for Facility Investment and Facility Management services at Naval Station Newport (NAVSTA), Newport, Rhode Island.
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Base Operation and Support (BOS) for Facility Investment and Facility Management services at Naval Station Newport (NAVSTA), Newport, Rhode Island. The contractor will provide labor, management, supervision, tools, material, and equipment necessary for various services including Facilities Support Services, Facility Planning and Asset Management Services, and Base Support Vehicles and Equipment. The contract will be a combination Firm-Fixed Price/Indefinite Quantity type and will be awarded to the best value offeror using tradeoff analysis. The contract will have a base period with four one-year option periods, not exceeding sixty months. The estimated proposal due date is at least 30 days after the RFP is posted on or about January 24, 2019. Contractors must register in the System for Award Management (SAM) database to be eligible for award.
Z--Special Notice for Base Operations Support (BOS) Services Contract Located at Naval Air Station (NAS) Patuxent (PAX) River, Maryland
Buyer not available
Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking Base Operations Support (BOS) Services Contract at Naval Air Station (NAS) Patuxent (PAX) River, Maryland. The contract is for providing support services for the base operations at NAS Patuxent River.
M--Operation of Government-Owned Facilities
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Base Operations Support (BOS) Services for Joint Region Marianas (JRM), Guam. Guam plays a key role in providing logistic and mission support to the operating forces for all U.S. military forces deployed in the Western Pacific. BOS Services are essential to military operations and facility maintenance on Guam and must be adaptable to JRM's ever-changing operational environment. The contract period of performance is anticipated to consist of a twelve-month base period, six 12-month option periods, and one 12-month option period. The Government intends to award a Cost-Plus-Award-Fee contract. The anticipated procurement is for operations services including General Information, Management and Administration, Port Operations, Ordnance, Facility Management, Facility Investment, Utility Management, Electrical, Wastewater, Steam, Water, and Base Support Vehicles and Equipment. A pre-proposal conference and site visit will be held on Guam. The solicitation will be available in electronic format only on the Federal Business Opportunities (FBO) website and the Navy Electronic Commerce Online (NECO) website. Offerors must be registered in the System for Award Management (SAM) database.
Marine Corps Base Camp Pendleton (MCBCP) Base Operations Support Contract (BOSC)
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Southwest, is soliciting proposals for the Marine Corps Base Camp Pendleton Base Operations Support Contract (BOSC). This contract is a Total Small Business Set-Aside and aims to provide comprehensive facilities support services, including housekeeping and operations support, under NAICS code 561210. The services are crucial for maintaining operational readiness and ensuring a safe and functional environment at the base. Interested parties can reach out to Courtney Severino at courtney.w.severino.civ@us.navy.mil or by phone at 619-705-5473, or Abigail Ferdon at abigail.c.ferdon.civ@us.navy.mil or 619-705-4935 for further details regarding the solicitation.
Waterfront Operations, Naval Surface Warfare Center, Carderock Division (NSWCCD)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, Carderock Division (NSWCCD), is seeking contractor support for Waterfront Operations at its Norfolk, Virginia facility. The procurement aims to secure services related to program management, operational oversight, maintenance, and repair of small watercraft, as well as compliance with safety regulations and logistical support. These services are critical for maintaining operational readiness and safety standards for military and governmental watercraft, ensuring effective service delivery in defense-related maritime activities. Interested small businesses are encouraged to respond to the Request for Information (RFI) by submitting their capabilities and experiences, with the anticipated contract award expected to be a cost-plus-fixed-fee (CPFF) indefinite delivery indefinite quantity (IDIQ) contract, projected to be solicited by June 2025. For further inquiries, interested parties may contact Caroline Lira at caroline.x.lira.civ@us.navy.mil or Mike Rossik at michael.e.rossik.civ@us.navy.mil.
J--Boat Preventative Maintenance and Repair
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four harbor security boats at Naval Weapons Station Yorktown, VA. The services will be acquired through a small business set-aside procurement action. The contract will have a three-year ordering period starting on July 1, 201 and ending on June 30, 2021. Interested vendors can download the request for quote from the NECO and FBO websites. Vendors must be registered in the Central Contractor Registration (CCR) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.