M--Operation of Government-Owned Facilities
ID: N6274219R1199Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM PACIFICJBPHH, HI, 96860-3134, USA

PSC

OPERATION OF GOVT OWNED FACILITY (M)
Timeline
    Description

    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.

    Point(s) of Contact
    Amber I MoriContract Specialist
    (808) 471-3429
    amber.mori@navy.mil
    Files
    Title
    Posted
    Similar Opportunities
    Base Operations Support (BOS) Services, Housing Operations and Maintenance Services (HOMS) and Change of Occupancy Maintenance Services (COMS), Family Housing (FH)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific (NAVFACSYSCOM PACIFIC), is seeking qualified contractors to provide Base Operations Support (BOS) Services, specifically Housing Operations and Maintenance Services (HOMS) and Change of Occupancy Maintenance Services (COMS) for Family Housing at various military installations in Guam. The procurement aims to ensure effective management and maintenance of family housing facilities, including custodial services, pest control, and facility management, under a performance-based acquisition model. This contract, set aside for Small Business 8(a) concerns, will be awarded as a Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a total estimated value of approximately $39 million, and proposals are expected to be submitted following the release of the Request for Proposal (RFP) on or around October 23, 2024. Interested parties should direct inquiries to Auria Lee or Shelly Torres via their provided email addresses and ensure their registration in the System for Award Management (SAM) database.
    Diego Garcia Base Operations Support (BOS) Services Contract
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is seeking proposals for the Diego Garcia Base Operations Support (BOS) Services Contract, aimed at providing essential support services at the Navy Support Facility in Diego Garcia, British Indian Ocean Territory. The contract will encompass a range of facilities support services, which are critical for maintaining operational readiness and ensuring the effective functioning of the base. Interested contractors should note that the primary point of contact for inquiries is Blayton Chun, who can be reached at blayton.e.chun.civ@us.navy.mil or by phone at 808-474-5884, with a secondary contact available in Julian Martinez at julian.a.martinez6.civ@us.navy.mil or 808-471-5118. Further details regarding the solicitation process and deadlines will be provided in the official solicitation documents.
    Z--Kings Bay Base Operations Support (BOS) I Services
    Active
    Dept Of Defense
    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.
    Naval Base San Diego Base Operations Support Contract
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southwest, is soliciting proposals for a Base Operations Support Contract (BOSC) at Naval Base San Diego and its surrounding areas. This total Small Business set-aside opportunity encompasses a range of services, including Port Operations, Supply Services, Facility Investment, Custodial Services, Pest Control, Integrated Solid Waste Management, Grounds Maintenance and Landscaping, Pavement Clearance, Base Support Vehicles and Equipment, and Environmental services. The resulting contract will be a firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) agreement, which is crucial for maintaining operational efficiency and support at the naval base. Interested parties can reach out to William Schreiber at william.c.schreiber2.civ@us.navy.mil or 619-705-4933, or Abigail Ferdon at abigail.c.ferdon.civ@us.navy.mil or 619-705-4935 for further information.
    Z--Mayport Base Operations Support (BOS) II Services
    Active
    Dept Of Defense
    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.
    Z--Base Operation and Support (BOS) for Facility Investment and Facility Management services at Naval Station Newport (NAVSTA), Newport, Rhode Island.
    Active
    Dept Of Defense
    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.
    R--7TH FLEET AREA OF OPERATIONS (AO) REGION 2 HUSBANDING SUPPORT SERVICES, MULTIPLE AWARD CONTRACTS (MAC) REQUIREMENT
    Active
    None
    Presolicitation Department of Defense is seeking support services for the 7th Fleet Area of Operations (AO) Region 2. The services are intended for United States Ships (USS) and United States Naval Ships (USNS) visiting commercial and military ports in Region 2 countries. The procurement will be conducted through multiple-award indefinite-delivery, indefinite-quantity (IDIQ) contracts. The contracts will have an ordering/performance period of 18 months. The solicitation is expected to be issued around September 15, 2017, and will be available for download on the Asia Navy Electronic Business Opportunities (AsiaNECO) and Federal Business Opportunities (FEDBIZOPPS) websites. Offerors must be registered in the System for Award Management (SAM) database to be eligible for award. The point of contact for this requirement is Mr. James Sinclair.
    Solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ), Design Build (DB)/Design-Bid-Build (DBB), Multiple Award Construction Contract (MACC) for U.S. Government Installations in the Okinawa Region, Japan
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ), Design Build/Design-Bid-Build (DBB), Multiple Award Construction Contract (MACC) for U.S. Government installations in the Okinawa Region, Japan. The contract will require contractors to provide all necessary labor, materials, and equipment for various construction projects, including office renovations, building demolitions, and infrastructure repairs, with an anticipated total value not exceeding $1 billion over a five-year base period plus a three-year option period. This procurement is critical for maintaining and improving U.S. Government facilities in the region, and interested vendors must comply with Japanese laws and possess the necessary construction licenses. Proposals for Phase One are due soon, and interested parties can contact Tomoko Kanzaki at Tomoko.Kanzaki.ln@us.navy.mil or Teresa Aguon at teresa.f.aguon.civ@us.navy.mil for further details.
    Recruiting Station-Armed Forces Career Center - Hagatna Guan
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting lease proposals for approximately 6,800 to 7,100 square feet of commercial retail storefront space in Hagatna, Guam, intended for Armed Forces Recruiting purposes. The lease will be for a term of five years, requiring the Lessor to provide essential services including utilities, janitorial services, and adequate parking for government vehicles, with specific construction and operational standards outlined in the solicitation documents. This procurement is crucial for maintaining a functional and accessible recruiting center that meets military operational needs. Interested parties must submit their proposals electronically to Amy L. Capwell at amy.capwell@usace.army.mil by December 1, 2024, and ensure compliance with all outlined requirements, including registration in the System for Award Management (SAM).
    J--Boat Preventative Maintenance and Repairs
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four Oil Spill Recovery boats at Naval Weapons Station Earle, NJ. The services will be acquired through a small business set-aside procurement action. The contract will have a one-year base period of performance and four one-year ordering periods thereafter. The services will be acquired using procedures under Federal Acquisition Regulation (FAR) Part 12 and FAR Subpart 13.5. Interested vendors can download the request for quote from the NECO and FBO websites starting from 15 March 2018. Vendors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.