Indefinite-Delivery/Indefinite Quantity (IDIQ) Contract for Magazine Maintenance and Repairs
ID: N4008526R0007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF AMMUNITION STORAGE BUILDINGS (Z2GA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on magazine maintenance and repairs at Naval Support Activity Crane in Indiana. This contract encompasses a wide range of repair and upgrade tasks, including concrete work, door installations, waterproofing, and miscellaneous repairs related to the Crane Army Ammunition Activity and Navy Storage Magazines. The contract will have a base period of 12 months, with four additional 12-month option periods, and a total value not to exceed $45 million, with a guaranteed minimum task order of $2,500. Interested parties can reach out to Colleen Mckinney at colleen.l.mckinney4.civ@us.navy.mil or Melissa Willis at melissa.l.willis4.civ@us.navy.mil for further information.

    Files
    Title
    Posted
    The Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT) is issuing a Request for Proposals (RFP) for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract for Magazine Maintenance and Repairs at Naval Support Activity, Crane, Indiana. This solicitation, N4008526R0007, will be released on sam.gov between October 21 and November 3, 2025, with proposals due at least 30 days after release. The contract covers labor, equipment, and supervision for repairs and upgrades to various storage magazines and inert buildings, including concrete work, door installations, crack sealing, painting, and other miscellaneous repairs. The contract has a 12-month base period and four 12-month option periods, not exceeding 60 months, with a guaranteed minimum of $2,500.00 and a maximum of $45,000,000.00. Award will be based on the lowest price technically acceptable proposal, requiring technical, past performance, and price submissions. The NAICS Code is 237990 ($45 million small business size standard), and the procurement is a small business set-aside. Offerors must submit a $3,000,000.00 bid bond or 20% of the total price and be registered in SAM.gov.
    Similar Opportunities
    Railroad Maintenance and Repairs
    Dept Of Defense
    The Department of Defense, specifically the Naval Facilities Engineering Command Mid-Atlantic, is seeking to extend a contract for railroad maintenance and repairs at the Naval Support Activity in Crane, Indiana. This procurement involves a five-month extension with seven one-month option periods for the existing requirements contract with Alltrack, Inc., which is crucial for maintaining the railroad trackage essential to base operations. The contract value will be increased by $700,000 to accommodate additional capacity during this period, with the follow-on procurement anticipated no later than August 7, 2023, or March 7, 2024, if all options are exercised. Interested parties can reach out to Carrie Grimard at carrie.l.grimard.civ@us.navy.mil or by phone at 812-854-6641 for further details.
    N4008526R0032 - Misc Paving, Concrete and Minor Construction (Base + 4 Option Year IDIQ) at Naval Weapons Station Earle
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for miscellaneous paving, concrete, and minor construction services at Naval Weapons Station Earle in Colts Neck and Leonardo, New Jersey. The contract, which is a total small business set-aside, encompasses a base year and four option years, with an estimated value between $1,000,000 and $5,000,000, and includes a minimum guarantee of $25,000. The successful contractor will be responsible for various tasks including pavement installation and maintenance, concrete rehabilitation, and installation of traffic control devices, all while adhering to strict safety and documentation protocols. Proposals are due by February 6, 2026, at 11:00 AM EST, and interested contractors must attend a mandatory site visit on January 16, 2026, at 10:00 AM EST. For further inquiries, contact Jessica Mercurio at jessica.a.mercurio.civ@us.navy.mil or Joseph Henrius at joseph.henrius@navy.mil.
    Northwestern Division Crane Multiple-Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is seeking qualified contractors for the Northwestern Division Crane Multiple-Award Task Order Contract (MATOC), aimed at crane replacement and rehabilitation across the USACE Northwestern Division. This procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a total capacity not exceeding $499,320,000, utilizing a two-phase design-build process to evaluate qualifications, technical approaches, and past performance in Phase One, followed by work plans, small business participation, and pricing in Phase Two. The project is critical for maintaining and upgrading crane and lifting device capabilities, ensuring safety and operational efficiency in various states. Interested parties must submit their proposals electronically by January 23, 2026, and can contact Chandra D. Crow at chandra.d.crow@usace.army.mil or LeAnne R. Walling at leanne.r.walling@usace.army.mil for further information.
    Vessel Repair IDIQ MATOC
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the Norfolk District, is seeking qualified small businesses to participate in the Vessel Repair Indefinite Delivery Indefinite Quantity Multiple Award Task Order Contract (IDIQ MATOC). This contract aims to provide labor and materials for cyclic and on-demand maintenance and repairs of the Norfolk District Floating Plant, which includes services such as triennial drydocking, underwater hull repair, propulsion system maintenance, and diving support. The Vessel Repair services are crucial for maintaining the operational readiness and safety of marine vessels involved in hydrographic surveys and marine construction work. Interested parties can contact Amy Coody at amy.h.coody@usace.army.mil or 757.201.7883, or Stormie Wicks at stormie.b.wicks@usace.army.mil or (757) 201-7215 for further details, as this opportunity is exclusively set aside for small businesses.
    General Construction Multiple Award Construction Contract
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking qualified small business contractors for a General Multiple Award Construction Contract (MACC) valued at up to $98 million over five years. This opportunity involves Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for general construction, maintenance, repair, renovation, alteration, and demolition projects primarily at NSWC IHD in Maryland, with potential work at other naval facilities across the United States. Interested contractors must submit a capabilities statement package, including a Contractor Information Form, by February 2, 2026, and can apply for either the Small Business General MACC or the 8(a) General MACC, but not both. For further inquiries, interested parties may contact Kirk Thorne at kirk.e.thorne.civ@us.navy.mil or by phone at 301-744-2596.
    Ceiling Increase for the Indefinite-Delivery Indefinite-Quantity Multiple Award Contracts Awarded Under Solicitation N00024-17-R-4325
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is issuing a justification for a ceiling increase related to the Indefinite-Delivery Indefinite-Quantity Multiple Award Contracts (IDIQ-MACs) awarded under Solicitation N00024-17-R-4325. This procurement aims to facilitate sole source contract modifications that will increase the contract ceiling and extend the ordering period for non-nuclear ship repair services. These modifications are crucial for maintaining operational readiness and ensuring continued support for naval operations. Interested parties can reach out to Danielle P. Fennelly at danielle.p.fennelly.civ@us.navy.mil or call 202-836-7927 for further details regarding this opportunity.
    Surface/Carrier Engineering Maintenance Assist Team (S/CEMAT)
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to solicit an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for the Surface/Carrier Engineering Maintenance Assist Team (S/CEMAT) to provide professional systems and equipment maintenance support for U.S. Navy Aircraft Carriers and Surface Ships. The contractor will be responsible for delivering engineering and technical support, including repairs and maintenance training for Ship’s Force equipment operators and maintenance technicians, with work expected to occur on naval vessels globally, including major locations such as Norfolk, VA, and Yokosuka, Japan. This contract, which will utilize Cost Plus Fixed Fee (CPFF) Level of Effort (LOE) Contract Line Item Numbers (CLINs), is anticipated to be awarded in January 2026, with a five-year ordering period, and interested vendors are encouraged to submit a DD Form 2345 to receive further information. For inquiries, vendors may contact Sakeena Siddiqi at sakeena.siddiqi@navy.mil or Tyler Pacak at tyler.pacak@navy.mil.
    B3748 Trusted Microelectronic Assurance Center (TMAC) at Crane, IN
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is conducting a market survey for the Trusted Microelectronic Assurance Center (TMAC) project located at the Naval Surface Warfare Center in Crane, Indiana. This Design/Bid/Build project aims to construct a facility compliant with Intelligence Community Directive 705 and anti-terrorism standards, providing essential space for hardware cybersecurity and Anti-Tamper operations. The project involves building a single-story Pre-engineered Metal Building (PEMB) with specific telecommunications and security features, with an estimated cost range of $5 million to $10 million and a contract duration of approximately 664 calendar days. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must submit their responses by January 20, 2026, at 4:00 PM Eastern Time, including required documentation and project experience, via the designated survey form.
    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
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services at Marine Corps Installations East, primarily focusing on the P-1538 SOF Armory project at Camp Lejeune, North Carolina. The contract aims to provide comprehensive construction services, including the construction of an armory building and supporting infrastructure, with an estimated budget ranging from $10 million to $25 million and a completion timeframe of 835 calendar days. This procurement is crucial for enhancing military facilities and ensuring operational readiness, with a total estimated contract value not exceeding $975 million over five years. Proposals are due by 2:00 PM EST on January 28, 2026, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or by phone at 757-341-1999 for further information.
    SOLE SOURCE – EVALUATION AND REPAIR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking a sole source contractor for evaluation and repair services related to electrical and electronic equipment components. This procurement is justified under the notice type "Justification," indicating that the services are critical and may not be competitively bid. The work will take place in Crane, Indiana, and is essential for maintaining the operational readiness and reliability of the Navy's equipment. Interested parties can reach out to Kelsey Strunk at kelsey.r.strunk.civ@us.navy.mil for further details regarding this opportunity.