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
  1. 1
    Posted Mar 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 24, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 9:00 PM UTC
Description

The Department of Defense, through the Naval Facilities Engineering Command Southwest, is soliciting proposals for the Marine Corps Base Camp Pendleton Base Operations Support Contract (BOSC). This contract aims to provide comprehensive facilities support services, including housekeeping and operations support, at the Marine Corps Base located in Camp Pendleton, California. The services are critical for maintaining operational readiness and ensuring a safe and efficient environment for military personnel. Interested small businesses are encouraged to submit proposals by the extended deadline of May 5, 2025. For further inquiries, potential bidders can contact Courtney Severino at courtney.w.severino.civ@us.navy.mil or by phone at 619-705-5473, or Abigail Ferdon at abigail.c.ferdon.civ@us.navy.mil or 619-705-4935.

Files
No associated files provided.
Lifecycle
Title
Type
Similar Opportunities
Chemical Toilets and Hand Washing Stations
Buyer not available
The Department of Defense, specifically the United States Marine Corps Regional Contracting Office MCIWEST, is seeking qualified businesses to provide chemical toilet and handwashing station services at various military installations in Southern California, including Marine Corps Base Camp Pendleton and Marine Corps Recruit Depot San Diego. The procurement aims to ensure the continuous delivery, maintenance, and cleanliness of portable sanitation facilities, which are critical for maintaining health and hygiene standards during military operations. Interested parties are required to submit a capabilities statement detailing their experience and methodology by April 30, 2025, at 1500 PDT, to the designated contracting specialists, Gangmung Jung and Piper Yankowiak, via email. This opportunity falls under NAICS code 562991, with a size standard of $9 million.
N44255-24-R-2500 WEST SOUND BASE OPERATIONS SUPPORT SERVICES
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Northwest (NAVFACSYSCOM NORTHWEST), is seeking proposals for Base Operations Support Services at Naval Base Kitsap, Washington. This procurement aims to provide comprehensive facilities support services, which are crucial for maintaining operational readiness and efficiency at the naval base. Interested contractors should note that the solicitation falls under the NAICS code 561210, focusing on Facilities Support Services, and the PSC code S216, which pertains to housekeeping and facilities operations support. For further inquiries, potential bidders can contact Liliana Sanchez at liliana.m.sanchez.civ@us.navy.mil or Cynthia Swink at cynthia.l.swink.civ@us.navy.mil, with the primary contact number being 360-396-6707.
FY25 MOTSU Operations and Maintenance Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for operations and maintenance services at the Military Ocean Terminal at Sunny Point (MOTSU) in Southport, North Carolina. The contract requires the contractor to provide comprehensive personnel, management, tools, and services necessary for the operation, maintenance, repair, and construction of Real Property Facilities (RPF) at MOTSU, covering various functional areas including maintenance management, electrical and water systems, grounds maintenance, and waterside maintenance. This procurement is crucial for ensuring the operational readiness and safety of military facilities, with a performance period consisting of a base year and four option years. Interested small businesses must submit proposals by May 23, 2025, and can contact Nicolette Campbell at nicolette.l.campbell@usace.army.mil or Karri Mares at Karri.L.Mares@usace.army.mil for further information.
BEQ Repair AS4212
Buyer not available
The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the repair of Barracks AS4212 at Marine Corps Base Camp Lejeune, North Carolina. This project, designated as N40085-25-R-2620, involves comprehensive construction work with an estimated cost between $10 million and $25 million, requiring completion within 730 days after award. The procurement is set aside for small businesses, and contractors must adhere to strict safety and environmental regulations while utilizing the Naval Facilities Engineering Command’s Electronic Construction Management System for project management. Interested contractors should submit their proposals by April 9, 2025, and can contact Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further information.
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
Buyer not available
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.
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
Buyer not available
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.
M--Operation of Government-Owned Facilities
Buyer not available
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.
Bas-OPs contract at Ft. Benning, GA and AL
Buyer not available
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.
REQUEST FOR PROPOSAL (RFP) N62473-25-RP-00059 FOR COMMERCIAL OUTLEASE FOR PARCELS 10E, 16, 17, AND 18 AT NAVAL BASE VENTURA COUNTY, CA (LEASING OF APPROXIMATELY 10.73 ACRES OF LAND FOR ROLL ON / ROLL OFF PURPOSES)
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is soliciting proposals for a commercial outlease of approximately 10.73 acres of land at Naval Base Ventura County in Port Hueneme, California. The parcels, designated for roll on/roll off stock activities, will be utilized for the storage, processing, and shipping of motor vehicles and parts, with restrictions on public access and traffic. Proposals will be evaluated based on a Best Value approach, considering both price and non-price factors, with a submission deadline set for May 16, 2025. Interested parties can contact Raquel Gumabon at raquel.i.gumabon.civ@us.navy.mil or (619) 705-4468 for further information.
Range Maintenance Support Services at Camp Lejeune NC
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting proposals for Range Maintenance Support Services at Camp Lejeune in Jacksonville, North Carolina. The contract requires the provision of labor, supervision, management, tools, materials, equipment, and transportation necessary for effective range maintenance services, with a base period of one year and four optional one-year extensions, plus an additional six-month option, totaling a maximum of 66 months. This service is crucial for maintaining operational readiness and safety at military training ranges. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadline, with further inquiries directed to Krystal Goodman at krystal.goodman@navy.mil or Sidnia Finke at sidnia.e.finke.civ@us.navy.mil.