IDIQ JOC FOR SPECIALTY TRADE PROJECTS AT VARIOUS GOVERNMENT FACILITIES LOCATED WITHIN THE MCLB BARSTOW, MCAGCC 29 PALMS, MWTC BRIDGEPORT, CALIFORNIA AOR AND OTHER LOCATIONS AS APPROVED
ID: N6247324R0030Type: Presolicitation
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, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) focused on specialty trade projects at various government facilities within the Marine Corps Logistics Base Barstow, Marine Corps Air Ground Combat Center 29 Palms, Mountain Warfare Training Center Bridgeport, California, and other approved locations. The procurement aims to address repair or alteration needs for administrative facilities and service buildings, emphasizing the importance of maintaining operational readiness and infrastructure integrity at these military installations. Interested contractors should note that the primary point of contact for this opportunity is Heather Race, who can be reached at heather.l.race.civ@us.navy.mil or by phone at 619-705-4676 for further inquiries.

    Point(s) of Contact
    Similar Opportunities
    IDIQ JOC TOTAL WOMEN OWNED SMALL BUSINESS SET-ASIDE FOR COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION PROJECTS AT VARIOUS GOV FACILITIES WITHIN THE MARINE CORPS LOGISTICS BASE BARSTOW, MARINE CORPS AIR-GROUND COMBAT CETNER 29 PALMS, AN
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Southwest, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract set aside for Women-Owned Small Businesses (WOSB) to undertake commercial and institutional building construction projects at various government facilities, specifically within the Marine Corps Logistics Base Barstow and the Marine Corps Air-Ground Combat Center at 29 Palms. The procurement aims to engage qualified contractors for the repair or alteration of administrative facilities and service buildings, emphasizing the importance of supporting women-owned businesses in federal contracting. Interested parties can reach out to Heather Race at heather.l.race.civ@us.navy.mil or call (619) 705-4676 for further details regarding the solicitation process.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Buyer not available
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is seeking qualified contractors for a Design-Build/Design-Bid-Build Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) focused on general construction services for Marine Corps Installations East. This procurement aims to provide essential construction services, including the repair or alteration of miscellaneous buildings, primarily at Camp Lejeune in North Carolina. The selected contractors will play a crucial role in supporting the infrastructure needs of the Marine Corps, ensuring operational readiness and facility maintenance. Interested parties can reach out to James Godwin at james.a.godwin41.civ@us.navy.mil or by phone at 757-341-1999 for further details.
    Multiple Services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a Base-wide Multiple Services contract at Marine Corps Base Camp Lejeune, North Carolina. This procurement aims to secure comprehensive facilities support services, including maintenance and management tasks, under a combination Firm-Fixed Price and Indefinite Delivery Indefinite Quantity (IDIQ) contract structure, with a base period of one year and four optional years. The services are critical for ensuring operational readiness and compliance with safety standards across military facilities, reflecting the government's commitment to maintaining high-quality infrastructure. Interested small businesses must submit their proposals by March 10, 2025, to Donna Mason at NAVFAC MIDLANT ROICC, with a site visit scheduled for February 13, 2025, to facilitate understanding of the requirements.
    JOB ORDER CONTRACT – Construction, Region C (DE, MD, VA, WV)
    Buyer not available
    The Department of Defense, through the U.S. Army Contracting Command – New Jersey, is seeking small businesses in the 8(a) program to fulfill a Job Order Contract (JOC) for construction, maintenance, and repair services across Delaware, Maryland, Virginia, and West Virginia. The contract, valued at over $10 million over five years, will be awarded under an Indefinite Delivery, Indefinite Quantity (IDIQ) framework, emphasizing high-quality project execution and compliance with safety and environmental regulations. Interested firms are required to submit a capabilities statement detailing their experience, 8(a) certification, and bonding capabilities by March 4, 2025, to the designated contacts, Christopher Naylor and Amber Mears, via email. This initiative aims to enhance competition and support small business participation in federal contracting opportunities.
    IDIQ Small Business Multiple Award Construction Contract for General Construction Projects Primarily for the Marine Corps Base Camp Lejeune and Marine Corps Air Station Cherry Point
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for an Indefinite-Delivery Indefinite-Quantity (IDIQ) Small Business Multiple Award Construction Contract focused on general construction projects primarily at Marine Corps Base Camp Lejeune and Marine Corps Air Station Cherry Point in North Carolina. The contract, set aside for small businesses under NAICS code 236220, aims to enhance construction capabilities with an estimated value of up to $495 million over five years, including a 'seed project' for the Design Wing Relocation at Camp Lejeune. Interested contractors must demonstrate their qualifications through detailed project experience and past performance evaluations, with proposals subject to a comprehensive review process emphasizing both price and technical merit. For further inquiries, potential bidders can contact Jonathan M. Durham at jonathan.m.durham.civ@us.navy.mil or Amanda Bricker at amanda.bricker@navy.mil, with proposal submissions due by the specified deadline.
    Regional Job Order Contract (JOC) for General Construction
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Northwest, is soliciting proposals for a Regional Job Order Contract (JOC) focused on general construction projects. This contract is set aside for 8(a) certified businesses and aims to facilitate the repair or alteration of miscellaneous buildings within the state of Washington. The services procured under this contract are vital for maintaining and improving military infrastructure, ensuring operational readiness and safety. Interested contractors can reach out to Cynthia Elmstrom at cynthia.m.elmstrom.civ@us.navy.mil or call 360-564-9519, or contact Jenell Schreiber at jenell.a.schreiber.civ@us.navy.mil or 360-994-8895 for further details.
    Regional Job Order Contract (JOC) for General Construction
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Northwest, is seeking proposals for a Regional Job Order Contract (JOC) for General Construction, with an estimated total contract value not to exceed $99 million. This procurement aims to provide all necessary labor, materials, and supervision for minor construction, repairs, and alterations at various naval installations within the NAVFAC Northwest Area of Responsibility, primarily located in Washington State. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) source selection process, emphasizing corporate experience, safety, past performance, and technical solutions. Interested 8(a) firms must submit proposals by late April 2025, with the contract award anticipated by late June 2025. For further inquiries, contact Cynthia Elmstrom at cynthia.m.elmstrom.civ@us.navy.mil or Jenell Schreiber at jenell.a.schreiber.civ@us.navy.mil.
    Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Operations (AO) to include Washington DC (DC), Virginia (VA), and Maryland (MD)
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is seeking qualified contractors for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Operations, which includes Washington D.C., Virginia, and Maryland. This procurement aims to support large-scale construction projects, with a maximum contract value of $8 billion, encompassing a two-year base period and up to two additional three-year option periods. The selected contractors will be responsible for various construction tasks, including the design and build of an Aircraft Development and Maintenance Facility at Naval Air Station Patuxent River, MD, emphasizing the importance of quality proposals that demonstrate management capabilities, corporate experience, and small business participation. Interested parties should contact Molly Lawson at molly.e.lawson.civ@us.navy.mil or 202-716-5845 for further details and to ensure compliance with submission requirements.
    BEQ Repair AS4212
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of Barracks AS4212 at Marine Corps Base Camp Lejeune, North Carolina. This project, designated as N4008523B0035, involves comprehensive renovations with an estimated cost between $10 million and $25 million, requiring completion within 730 days post-award. The work will adhere to strict safety and environmental regulations, including compliance with the International Building Code and the Davis-Bacon Act, ensuring high standards for military facilities. Interested contractors must submit their proposals by March 24, 2025, and can direct inquiries to Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    CALIFORNIA REGION 4 MATOC
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is initiating a presolicitation for the California Region 4 Multiple Award Task Order Contract (MATOC) focused on commercial and institutional building construction. This opportunity is set aside for Historically Underutilized Business (HUBZone) firms, emphasizing the government's commitment to promoting small business participation in federal contracting. The MATOC will facilitate the repair or alteration of miscellaneous buildings, which is crucial for maintaining military infrastructure and operational readiness. Interested contractors can reach out to William Parsons at william.a.parsons4.civ@army.mil or Steven Bailey at steven.m.bailey2.civ@army.mil for further details, with the procurement process expected to unfold in the coming months.