IDIQ JOC for Other Specialty Trade Projects at Various Government Facilities located within NAS Fallon, NV, and MCMWTC Bridgeport, CA, AOR and Other Locations as Approved
ID: N6247324R0049Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM SOUTHWESTSAN DIEGO, CA, 92132-0001, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking qualified small businesses to participate in an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for specialty trade projects at various government facilities, primarily located within Naval Air Station (NAS) Fallon, NV, and Marine Corps Mountain Warfare Training Center (MCMWTC) Bridgeport, CA. The procurement aims to identify capable contractors with relevant experience in general building construction, repair, and renovation projects under NAICS code 238990, which encompasses all other specialty trade contractors. The total estimated contract value is $40 million, with task orders ranging from $2,000 to $1.5 million, and the performance period spans two years with an option for an additional three years. Interested contractors must submit their qualifications, including bonding capacity and relevant project experience, by 2:00 p.m. local time on September 24, 2024, to Michelle Barlow at michelle.g.barlow.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the "Sources Sought – Contractor Information Form" for NAVFAC Southwest, specifically for projects related to specialty trade construction at Naval Air Station Fallon, NV, and Marine Corps Mountain Warfare Training Center Bridgeport, CA. The primary purpose of the form is to gather essential information from contractors interested in bidding for indefinite delivery/indefinite quantity (IDIQ) job order contracts (JOCs). The form requires contractors to provide general information, including their business type (e.g., SBA certified 8(a), HUBZone Small Business, Service-Disabled Veteran-Owned, etc.), bonding capacity details, and the specific work locations they can service. Contractors must also submit relevant project experience data, including project descriptions, contract numbers, award dates, completion percentages, and the types of work performed. Additional sections prompt contractors to indicate whether they were the prime or subcontractor and require a detailed project description and self-performance percentage. This structured approach streamlines the procurement process by ensuring that potential contractors have the necessary qualifications to perform the work, thereby facilitating the federal government's objective of engaging capable industry partners for specialized construction projects.
    Similar Opportunities
    SOURCES SOUGHT FOR IDIQ JOC UNDER NAICS CODE 238990 - OTHER SPECIALTY TRADE PROJECTS AT VARIOUS GOVERNMENT FACILITIES LOCATED WITHIN THE METROPOLITAN SAN DIEGO (NB SAN DIEGO, POINT LOMA, CORONADO & MCAS MIRAMAR), CA AOR
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC Southwest), is seeking qualified small businesses for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) focused on construction projects at various government facilities in the Metropolitan San Diego area, including Naval Bases San Diego, Point Loma, Coronado, and Marine Corps Air Station Miramar. The procurement aims to identify contractors capable of performing new construction, repair, and renovation projects, with a total estimated contract value of $99 million over a base period of 24 months and an option for an additional 36 months. Interested contractors must provide detailed information regarding their business classifications, bonding capacities, relevant project experience, and safety metrics, with responses due by September 30, 2024. For further inquiries, interested parties can contact Heather L. Race at heather.l.race.civ@us.navy.mil.
    SOURCES SOUGHT FOR IDIQ JOC UNDER NAICS CODE 236220 FOR GENERAL CONSTRUCTION PROJECTS AT VARIOUS GOVERNMENT FACILITIES LOCATED WITHIN THE NAS LEMOORE, CA AOR
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Southwest, is seeking qualified small businesses for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) focused on general construction projects at various government facilities within the Naval Air Station (NAS) Lemoore, California area. The procurement aims to identify contractors capable of performing new construction, repair, and renovation projects, with a total estimated contract value of $15 million over a maximum performance period of five years. Interested parties, particularly those certified as Small Businesses, SBA 8(a), HUBZone, Economically Disadvantaged Women Owned Small Businesses (EDWOSB), and Service-Disabled Veteran Owned Small Businesses (SDVOSB), must submit their qualifications, bonding capacity, and relevant project experience by 2:00 p.m. on September 26, 2024, via email to Heather L. Race at heather.l.race.civ@us.navy.mil.
    IDIQ JOC Commercial and Institutional Building Construction Projects
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southwest (NAVFACSYSCOM), is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) focused on commercial and institutional building construction projects. This contract is specifically set aside for SBA Certified Women-Owned Small Businesses (WOSB) and encompasses repairs, alterations, renovations, and new construction at various government installations, primarily within the Marine Corps Base Camp Pendleton and Naval Weapons Station Seal Beach areas of responsibility in California. Interested parties should note that the proposal due date has been extended to September 24, 2024, and can direct inquiries to Michelle Barlow at michelle.g.barlow.civ@us.navy.mil or by phone at 619-705-4672.
    IDIQ MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF GENERAL BUILDING CONSTRUCTION AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED IN CALIFORNIA, ARIZONA, NEVADA, UTAH, COLORADO, AND NEW MEXICO
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking qualified small businesses for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) focused on new construction, renovation, and repair of general building construction at various government installations across California, Arizona, Nevada, Utah, Colorado, and New Mexico. The procurement aims to identify potential contractors with relevant experience in commercial and institutional building construction, specifically targeting Small Business Administration (SBA) certified 8(a), HUBZone, Women-Owned, and Service-Disabled Veteran-Owned businesses. The total estimated contract value is $1 billion, with task orders ranging from $4 million to $35 million, and the performance period spans a base of two years with an option for three additional years. Interested parties must submit their qualifications and relevant project experience by 2:00 p.m. Pacific Time on October 8, 2024, to Shane Mahelona at shane.k.mahelona.civ@us.navy.mil.
    IDIQ JOC for Commercial and Institutional Building Construction Projects at Various Government Facilities located within the MCAS Yuma, AZ, AOR and Other Locations as Approved
    Active
    Dept Of Defense
    The Department of Defense, through NAVFAC Southwest, is seeking qualified contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) focused on commercial and institutional building construction projects at various government facilities, primarily within the Marine Corps Air Station (MCAS) Yuma, Arizona area. The procurement aims to identify small businesses, including those certified under the SBA 8(a), HUBZone, Women-Owned, and Service-Disabled Veteran-Owned programs, with relevant experience and capabilities to undertake general construction, repair, and renovation projects. The total estimated contract value is $49 million over a potential five-year period, with task orders ranging from $2,000 to $1 million. Interested contractors must submit their qualifications, including project experience and bonding capacity, by 2:00 p.m. local time on October 2, 2024, to Michelle Barlow at michelle.g.barlow.civ@us.navy.mil.
    IDIQ JOC TOTAL SMALL-BUSINESS SET-ASIDE FOR ELECTRICAL AND OTHER WIRING INSTALLATION PROJECTS AT VARIOUS GOVERNMENT FACILITIES LOCATED WITHIN THE MARINE CORPS LOGISTICS BASE BARSTOW, MARINE CO
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) specifically set aside for total small businesses, aimed at electrical and other wiring installation projects at various government facilities. The scope of work includes projects located within the Marine Corps Logistics Base Barstow, Marine Corps Air-Ground Combat Center 29 Palms, Marine Corps Mountain Warfare Training Center Bridgeport, and Naval Air Weapons Station China Lake, California, among other approved locations. These services are critical for maintaining and upgrading electrical systems within military facilities, ensuring operational readiness and safety. Interested contractors can reach out to Billie Crockett at billie.p.crockett.civ@us.navy.mil or call 619-705-4674 for further details regarding the solicitation process.
    Ft. Irwin Job Ordering Contract (JOC) Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Installation Management Command, is seeking qualified contractors to provide Job Order Contract (JOC) services at Fort Irwin, California. This procurement involves a range of construction and repair projects under a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract, with an estimated project value between $75 million and $100 million over a five-year period. The selected contractor will be responsible for executing various tasks, including facility repairs and infrastructure improvements, while adhering to stringent safety and regulatory standards. Proposals are due by September 26, 2024, and interested parties should direct inquiries to Caley Neel at caley.n.neel.civ@army.mil or Andrew Graham at andrew.s.graham6.civ@army.mil.
    Base Operations Support Contract for Naval Air Station Fallon, Nevada
    Active
    Dept Of Defense
    The Department of Defense, through NAVFAC Southwest, is soliciting proposals for a Base Operations Support Contract (BOSC) at Naval Air Station Fallon, Nevada. The contract aims to provide comprehensive maintenance and support services for various tenant commands and associated areas, requiring contractors to furnish all necessary labor, management, tools, and materials. This procurement is critical for ensuring quality operations at NASF and the Fallon Range Training Complex, with a contract structure that includes a six-month base period and multiple option periods extending up to 66 months. Proposals are due by October 11, 2024, and interested parties can contact Christopher Jennen at 619-705-4920 or via email for further information.
    N62473-24-R-3210 Pre-Solicitation Notice
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is issuing a pre-solicitation notice for a competitive contract titled N62473-24-R-3210. This opportunity involves a 100% small business set-aside for a firm-fixed price, indefinite delivery-indefinite quantity (IDIQ) base operating support contract at Naval Base Coronado, California, focusing on facilities support services. The contract is crucial for maintaining operational readiness and ensuring the effective management of facilities operations, including housekeeping services. Interested small businesses should contact Christine Roundy at christine.a.roundy.civ@us.navy.mil or 619-705-4937, or Christopher Jennen at christopher.j.jennen.civ@us.navy.mil or 619-705-4920 for further details.
    INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR DEMOLITION PROJECTS AT HUNTERS POINT NAVAL SHIPYARD, SAN FRANCISCO, CALIFORNIA
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) multiple award construction contract focused on demolition projects at Hunters Point Naval Shipyard in San Francisco, California. This procurement aims to award approximately three or more contracts for demolition services, which may include site preparation, excavation, grading, and the demolition of buildings and structures, with a total maximum value of $999 million over a potential five-year period. The contract will operate on a firm fixed price basis for task orders ranging from $10 million to $150 million, with a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Shane Mahelona at shane.k.mahelona.civ@us.navy.mil or call 619-705-4631 for further details, and are advised to monitor the solicitation website for updates and amendments.