IDIQ JOC FOR COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION PROJECTS AT VARIOUS GOVERNMENT FACILITIES LOCATED WITHIN THE MCB CAMP PENDLETON AND NWS SEAL BEACH, CALIFORNIA, AOR AND OTHER LOCATIONS AS APPROVED
ID: N6247324R2701Type: Presolicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

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

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Southwest, 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 set aside for SBA Certified Women-Owned Small Businesses (WOSB) and encompasses repairs, alterations, renovations, and new construction at various government installations, particularly within the Marine Corps Base Camp Pendleton and Naval Weapons Station Seal Beach areas of responsibility. The procurement is crucial for maintaining and enhancing the operational capabilities of these facilities, ensuring they meet current standards and requirements. Interested parties should note that the proposal due date has been extended to September 24, 2024, and can reach out to Michelle Barlow at michelle.g.barlow.civ@us.navy.mil or by phone at 619-705-4672 for further information.

    Point(s) of Contact
    Files
    No associated files provided.
    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 for Other Specialty Trade Projects at Various Government Facilities located within NAS Fallon, NV, and MCMWTC Bridgeport, CA, AOR and Other Locations as Approved
    Active
    Dept Of Defense
    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.
    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.
    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.
    Job Order Contract (JOC) Region A - W15QKN-24-R-5015
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command - New Jersey, is soliciting proposals for a Job Order Contract (JOC) designated as Region A - W15QKN-24-R-5015. This contract aims to facilitate construction projects that involve real property repair, maintenance, minor construction, and asbestos abatement, with task orders primarily focused on general building renovations, road and pavement repairs, and environmental work. The work encompasses a variety of tasks, including minor construction, excavation, plumbing, demolition, electrical, structural, mechanical, concrete work, and environmental remediation. This solicitation is specifically set aside for 8(a) firms serviced by the Small Business Administration Offices in New York (excluding Long Island), Massachusetts, Maine, Vermont, New Hampshire, Rhode Island, and parts of Pennsylvania. Interested parties can reach out to Shannon Harvey at shannon.e.harvey3.civ@army.mil or 609-562-4243, or Demetra Lynardakis at demetra.h.lynardakis.civ@army.mil or 609-562-5014 for further information.
    BOSC for Naval Weapons Station Seal Beach
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southwest, is soliciting proposals for an 8(a) small business set-aside contract for Base Operating Support Contract Services at Naval Weapons Station Seal Beach, California, covering the fiscal years 2025-2030. The contract encompasses a range of recurring and non-recurring services, including facilities support, custodial services, pest control, waste management, grounds maintenance, and utilities management, as detailed in the Performance Work Statement. These services are critical for maintaining operational readiness and ensuring the effective functioning of the naval facilities. Interested contractors should reach out to Christopher Dela Cruz at christopher.r.delacruz.civ@us.navy.mil or 619-705-4922, or Abigail Ferdon at abigail.c.ferdon.civ@us.navy.mil or 619-705-4935 for further information.
    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.
    Y--8(a) Set-Aside Design-Build/Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ)Firm Fixed Price Multiple Award Construction Contract (MACC)
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, NAVFACSYSCOM MID-ATLANTIC office, for an 8(a) set-aside Design-Build/Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Multiple Award Construction Contract (MACC). The contract is primarily for construction projects in support of Air Station Oceana, Joint Expeditionary Base Little Creek-Ft. Story, and Naval Air Station Yorktown in the Hampton Roads area, Virginia. The projects will include general building type projects such as new construction, demolition, repair, alteration, and renovation of buildings, systems, and infrastructure. The facilities to be constructed include administrative, industrial, maintenance, warehouses, hangars, communications, personnel support, recreation, lodging, dormitory, medical, training, ranges, and roads. The contract is limited to certified 8(a) firms and has a duration of one year with four one-year option periods. The estimated construction cost for all contracts is not to exceed $95,000,000. The NAICS Code is 236220. The Request for Proposal (RFP) will be issued in November 2017.
    Z1DA--NCO5 - MATOC II
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the NCO 5 - MATOC II, a Multiple Award Task Order Contract (MATOC) aimed at construction services across various VA facilities in Maryland, Washington D.C., and West Virginia. This solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses a range of construction-related services, including maintenance, repair, and upgrades to healthcare facilities, with a performance period of five years and a maximum task order limit of $1,000,000. The initiative underscores the VA's commitment to enhancing veteran healthcare infrastructure while ensuring compliance with federal contracting standards, including security and wage regulations. Interested contractors must submit their proposals by October 21, 2024, at 11:00 AM Eastern Time, and can direct inquiries to Contracting Officer Lisa M. Lake at lisa.lake2@va.gov or by phone at 304-263-0811 x3233.