Marine Corps Base Camp Pendleton (MCBCP) Base Operations Support Contract (BOSC)
ID: N6247324R0036Type: Solicitation
Overview

Buyer

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

NAICS

Facilities Support Services (561210)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)

Set Aside

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

    The Department of Defense, through the NAVFACSYSCOM Southwest, is soliciting proposals for the Marine Corps Base Camp Pendleton (MCBCP) Base Operations Support Contract (BOSC), which is a Total Small Business Set-Aside opportunity. The contract aims to provide comprehensive facilities support services, including maintenance, repair, and modernization of government buildings and systems, ensuring compliance with safety regulations and operational standards. This procurement is critical for maintaining the functionality and safety of the facilities at MCBCP, reflecting the government's commitment to quality service delivery. Interested contractors can reach out to Courtney Severino at courtney.w.severino.civ@us.navy.mil or 619-705-5473, or Abigail Ferdon at abigail.c.ferdon.civ@us.navy.mil or 619-705-4935 for further information.

    Files
    Title
    Posted
    The document outlines the Facility Investment requirements under Section C – Sub-Annex 1502000 for the maintenance, repair, and modernization of government buildings and systems. It specifies the standards and procedures for sustainment, restoration, and modernization of various infrastructure elements, including HVAC, electrical systems, fire protection, and more. The key areas include the management of emergency, urgent, and routine maintenance work, alongside detailed preventive maintenance protocols for numerous systems, ensuring they operate efficiently and comply with safety regulations. Personnel qualifications are emphasized, requiring proper certifications and training for specialized maintenance tasks. The contractor is responsible for maintaining high workmanship standards in accordance with industry regulations while adhering to historical preservation guidelines where applicable. The overall aim is to ensure facilities remain safe, functional, and compliant, promoting sustainable operational standards across government assets. This structured approach enables the effective management of resources and safety measures, thus reflecting the government's priority in delivering quality services through meticulous facility upkeep.
    The document pertains to the Request for Proposals (RFP) N62473-24-R-0036 related to various maintenance and service tasks for the Marine Corps Base Camp Pendleton (MCBCP). It outlines various solicitation sections and details numerous Offeror inquiries and corresponding clarifications regarding the solicitation requirements. The inquiries address critical aspects such as past performance, pricing, staffing, and specific technical services, including pest control, grounds maintenance, and facility investments. The concerns raised emphasize the need for clarity in proposal submission, evaluation criteria, and the specifications for various tasks. The RFP includes a pre-proposal site visit aimed at providing potential contractors with insights into the project's logistics and scope. Notable discussions include requests for extending the site visit date, updating experience requirements, and asking for clarity on contract line items (CLINs) and exhibit line items (ELINs). Contractors question the feasibility of certain responsibilities outlined, expressing the importance of measurable standards for service orders, liability limits, and historical workload data. This document ultimately reflects the intricate requirements and considerations involved in federal contracting processes, aiming to ensure efficient and effective service delivery at the Marine Corps Base.
    Similar Opportunities
    N62473-18-D-5860/N6247323F4507 EMERGENCY STORM DRAINAGE REPAIR, BASILONE ROAD AT MARINE CORP BASE (MCB), CAMP PENDLETON, CA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southwest, is seeking contractors for the Emergency Storm Drainage Repair project at Basilone Road, Marine Corps Base Camp Pendleton, California. This procurement involves the repair or alteration of sewage and waste facilities, addressing critical infrastructure needs to ensure effective storm drainage management. The project is vital for maintaining operational readiness and environmental compliance at the base. Interested contractors can reach out to Marcus J. Madero at marcus.j.madero@navy.mil or by phone at 760-725-8228 for further details regarding the contract, which is identified under the notice type "Justification."
    Marine Boatyard Support and Industrial Support Lot III Follow-on MAC-IDIQ
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is preparing to issue a Request for Proposal (RFP) for the Marine Boatyard Support and Industrial Support Lot III Follow-on MAC-IDIQ contract. This procurement aims to secure management, material support services, labor, supplies, and equipment necessary for marine boatyard and industrial support, including modifications, upgrades, and repairs to various non-commissioned boats and crafts primarily in the San Diego area. The successful contractor will be responsible for pier-side repairs and must adhere to the latest specifications and standards, with the contract expected to be awarded as a Firm-Fixed Price (FFP) solicitation in January 2026. Interested small businesses are encouraged to contact Natalie Arenz or Alondra Moreno for further information and to monitor the solicitation's release on the designated government websites.
    M0068126Q0004 Chemical Toilets RFQ
    Dept Of Defense
    The Department of Defense, specifically the Commanding General of the Department of the Navy, is soliciting proposals for a Firm-Fixed-Price (FFP) service contract to provide chemical toilets and hand-washing stations, along with cleaning services, at various Marine Corps installations in Southern California. The contract will cover locations including Marine Corps Base Camp Pendleton, Naval Weapons Station Fallbrook, Marine Corps Recruit Depot San Diego, and Marine Corps Air Station Miramar, with services required in rugged, off-road environments necessitating all-terrain vehicles. The contract has a base ordering period of one year, with options for two additional one-year periods and a potential six-month extension, emphasizing the importance of timely and quality service delivery. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), must submit their quotes by January 9, 2026, and can direct inquiries to Nicholas Vonbargen at nicholas.vonbargen@usmc.mil or John Rutkowsky at john.rutkowsky@usmc.mil.
    IDIQ JOC FOR GENERAL CONSTRUCTION PROJECTS AT GOVERNMENT INSTALLATIONS WITHIN NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND SOUTHWEST THE METROPOLITAN SAN DIEGO (NAVAL BASES SAN DIEGO, POINT LOMA, CORONADO AND MARINE CORPS AIR STATION (MCAS) MIRAMAR, CALIF
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for general construction projects at various government installations in the San Diego area, including Naval Bases San Diego, Point Loma, Coronado, and Marine Corps Air Station Miramar. This procurement is specifically set aside for Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and aims to award one contract based on the best value source selection process, focusing on factors such as project management capability, experience, past performance, safety, and price. The contract will have a performance period of 24 months with a potential extension of 36 months, and the estimated maximum value for all contracts combined is $49 million, with task orders ranging from $2,000 to $1 million. Interested contractors should contact Heather Race at heather.l.race.civ@us.navy.mil or (619) 705-4676, and are encouraged to register on the relevant government websites as the solicitation will be available only in electronic format around May 5, 2025.
    Bas-OPs contract at Ft. Benning, GA and AL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses for the Bas-OPs contract at Fort Benning, Georgia, and Alabama. This procurement focuses on facilities support services, including housekeeping and operations support, essential for maintaining the functionality and cleanliness of military facilities. The contract is set aside for total small business participation, emphasizing the importance of supporting small enterprises in government contracting. Interested parties should reach out to Mike J. Vicory at michael.j.vicory.civ@army.mil or Jonathon Hecker at jonathon.r.hecker.civ@army.mil for further details regarding the submission process and any upcoming deadlines.
    P1556 10th Marines Maintenance and Operations Complex, Marine Corps Base (MCB) Camp Lejeune, North Carolina
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the Design-Bid-Build project P1556, which involves the construction of the 10th Marines Maintenance and Operations Complex at Marine Corps Base Camp Lejeune, North Carolina. This project encompasses the development of multiple facilities, including maintenance shops, warehouses, and storage areas, with an estimated construction cost ranging from $25 million to $100 million. The complex is critical for supporting the operational capabilities of the 1st and 2nd Battalions, 10th Marines, and will adhere to stringent safety and environmental standards, including a minimum requirement for 20% small business participation in subcontracting. Proposals are due by January 8, 2026, at 2:00 PM EST, and interested parties should direct inquiries to James Godwin at james.a.godwin41.civ@us.navy.mil or call 757-341-1999 for further information.
    Repair Roof AS4085
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the "Repair Roof AS4085" project at Marine Corps Base Camp Lejeune, North Carolina. This project involves roof repairs and is open exclusively to a pre-approved list of six Roofing MACC Contractors, with an estimated contract value between $1,000,000 and $5,000,000. The successful contractor will be required to complete the work within 450 days of award, adhering to strict safety and administrative protocols, and will face liquidated damages of $800 per calendar day for delays. Proposals are due by January 15, 2026, at 2:00 PM EST, and interested contractors should contact Jessica Huebner at jessica.r.huebner.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    IDIQ JOC FOR GENERAL CONSTRUCTION PROJECTS AT GOVERNMENT INSTALLATIONS WITHIN NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND SOUTHWEST THE METROPOLITAN SAN DIEGO (NAVAL BASES SAN DIEGO, POINT LOMA, CORONADO AND MARINE CORPS AIR STATION (MCAS) MIRAMAR, CALIF
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for general construction projects at various government installations in the metropolitan San Diego area, including Naval Bases San Diego, Point Loma, Coronado, and Marine Corps Air Station Miramar. This procurement is specifically set aside for SBA Certified Women-Owned Small Businesses (WOSB) and aims to award one contract based on the best value source selection process, focusing on factors such as project management capability, experience, past performance, safety, and price. The contract will have a performance period of 24 months with two optional extensions, a total maximum value of $99 million, and task orders ranging from $2,000 to $1 million, with a minimum guarantee of $5,000. Interested contractors must ensure their registration in the System for Award Management (SAM) and monitor the specified websites for the Request for Proposal, which is expected to be posted around May 5, 2025. For further inquiries, contact Heather Race at heather.l.race.civ@us.navy.mil or (619) 705-4676.
    Sources Sought TX Facilities
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking sources for facilities support services under a total small business set-aside for the Region 3 Facility Investment Services, which includes preventative and corrective maintenance. The procurement aims to ensure the effective operation of miscellaneous buildings, highlighting the importance of maintaining military facilities to support operational readiness. Interested small businesses can reach out to Dorothy Doughty at dorothy.a.doughty.civ@army.mil or call (520) 706-0572 for further details regarding this opportunity.
    MACC for DB/DBB new construction, renovation, alteration and repair for large general, industrial and waterfront construction projects primarily located at PNSY, Kittery ME and NNSY, Portsmouth VA in support of SIOP
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Atlantic, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on new construction, renovation, alteration, and repair projects primarily at the Portsmouth Naval Shipyard in Kittery, Maine, and the Norfolk Naval Shipyard in Portsmouth, Virginia. The contract aims to support significant general, industrial, and waterfront construction projects, with an estimated construction magnitude ranging from $1,000,000 to $50,000,000. This procurement is crucial for maintaining and upgrading naval facilities, ensuring they meet current operational and safety standards. Interested contractors should direct inquiries to Weston Polen at weston.c.polen.civ@us.navy.mil or call 757-322-4749, and must submit proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by the specified deadlines.