Administrative and Logistical Support Services
ID: N6883625Q0053Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR JACKSONVILLEJACKSONVILLE, FL, 32212-0097, USA

NAICS

Office Administrative Services (561110)

PSC

SUPPORT- MANAGEMENT: OTHER (R799)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Jacksonville, is seeking proposals for administrative and logistical support services at the Naval Construction Training Center (NCTC) in Gulfport, Mississippi, and associated facilities. The contract will encompass a range of services including student liaison support, mailroom operations, safety and occupational health support, information technology assistance, and general administrative services to enhance the training capabilities of the Seabees. This procurement is particularly significant as it supports year-round training programs that integrate classroom instruction with hands-on application, ensuring operational readiness. Interested vendors must submit their proposals by May 9, 2025, and can direct inquiries to Robert S. Edwards at robert.s.edwards42.civ@us.navy.mil or Ken Parker at kenneth.l.parker16.civ@us.navy.mil, with the contract set aside for 8(a) businesses under NAICS Code 561210.

    Files
    Title
    Posted
    This document is a Past Performance Questionnaire associated with the federal government's Request for Proposal (RFP) N68836-25-Q-0053. It aims to collect detailed feedback on a contractor's performance from clients. Contractors provide essential information about themselves, including contact details, project history, and contract specifics, such as the contract type and price adjustments. Clients are invited to evaluate the contractor's performance using a rating system that includes categories like quality, timeliness, customer satisfaction, management, financial management, safety, and compliance. Each category has specific elements for rating performance, ranging from "Exceptional" to "Unsatisfactory." Clients must also provide a brief narrative summarizing their experiences and any additional comments on the contractor's strengths or weaknesses. The completed questionnaire must be submitted directly to the contractor or the Navy Supply Systems Command (NAVSUP) as part of the procurement process. This document emphasizes evaluation accuracy and the potential verification of supplied information by the government, contributing to informed procurement decisions in federal contracting and grant processes.
    The document appears to be a corrupted or incomplete government file related to Requests for Proposals (RFPs) and grants, likely focusing on federal and possibly state/local funding initiatives. It contains a mixture of segments, including numerical data, potential project descriptors, and processes for funding allocations. However, due to the extensive corruption and illegible sections, the specific details regarding the topics, instructions, or proposals are not discernible. The main topic seems to revolve around guidelines or overviews of RFPs related to grants or funding opportunities aimed at various projects, potentially in infrastructure, health, or community development sectors. Supporting details, though largely illegible, might include timelines, eligibility criteria, and application procedures typically associated with government funding processes. In summary, this document is intended to provide a framework for understanding and navigating federal and state/local RFPs and grant applications; however, the specific content is significantly compromised, limiting the utility of the information presented.
    The document appears to be an official communication involving Teresa J. Fletcher, which includes a digital signature dated January 16, 2024. While the file lacks extensive content, it indicates that Teresa J. Fletcher has completed a transaction, likely relating to federal grants or RFP processes. The nature of this document implies it is part of a larger framework concerning government funding opportunities, potentially outlining responsibilities or agreements related to addressing federal or state/local solicitations. Given its format, the document may serve as an acknowledgment or confirmation for a proposal submission or response. However, without additional content, it is difficult to determine the specific details or implications surrounding the RFPs or grants involved. Overall, the essence of the document reflects procedural compliance within governmental operations, aligning with common practices for managing public sector projects and funding mechanisms.
    The document is an amendment to a solicitation for a government contract identified by the number N6883625Q0053, focused on administrative and logistical support services. The main purposes of this amendment include addressing inquiries from bidders and extending the response deadline to May 12, 2025. The document provides responses to multiple questions from bidders, clarifying aspects such as the required Collective Bargaining Agreement (CBA), personnel security clearance requirements, and coverage for employee absence due to leave. It reiterates the government's expectations regarding compliance with CBA pay rates, incumbent personnel responsibilities, and staffing structure. Significant details include the government's stance on not releasing incumbent hire dates and confirming that a Secret clearance is necessary for certain labor categories. Additionally, it stresses that each bidder must independently verify costs and staffing estimates based on their own assessments. The amendment also highlights the competitive nature of the solicitation, specifically indicating that it is set aside for 8(a) businesses under NAICS Code 561210. Overall, this document serves as an essential update to ensure all participating vendors have the pertinent information necessary for their proposal submissions.
    The document outlines a Request for Proposal (RFP) for administrative and logistical support services at the Naval Construction Training Center (NCTC) in Gulfport, MS, along with satellite locations. The RFP (Solicitation Number N6883625Q0053) seeks contractors to provide a wide array of services, including student liaison support, mailroom operations, command logistics, safety support, information technology assistance, and general administrative services. Key services detailed include assisting with student records, processing personnel and travel requests, maintaining safety records, and providing technical IT support across different locations. Specific tasks involve managing databases, ensuring compliance with privacy laws, facilitating communication among military personnel, and conducting training activities. The RFP emphasizes the requirement for contractors to possess relevant experience, familiarity with Navy procedures, and the ability to handle sensitive information. The proposal must be delivered by May 9, 2025, to the designated government officer, Vincent B. Jones, as part of an ongoing effort to enhance the training and operational capabilities of the NCTC. The document serves as a framework for potential contractors to understand the scope and requirements of the services sought by the U.S. Navy.
    The amendment of solicitation N6883625Q0053 pertains to the provision of administrative and logistical support services for the Naval Construction Training Center (NCTC) Gulfport, and associated facilities. The amendment introduces responses to submitted questions addressing contractor responsibilities, historical staffing data, and updates to the Performance Work Statement (PWS). It clarifies the use of a Collective Bargaining Agreement (CBA), states the security clearance requirements, and specifies that the contractor must fully cover mailroom operations. Incumbent staff's hire dates will not be disclosed to bidders, and this lack of disclosure may impact pricing for Paid Time Off (PTO) calculations. The document outlines the proposal submission process, evaluation criteria encompassing technical capability and past performance, and emphasizes the importance of adhering to detailed requirements, including pricing formats. The overall aim is to ensure efficient support for the NCTC's mission in training and administrative functions, while adhering to various regulations and standards.
    The document is an amendment to a solicitation for a federal contract, identified as N6883625Q0053. The key modification involves a change in the North American Industry Classification System (NAICS) code from 561110 to 561210, resulting in an increase in the standard size code from $12,500,000 to $47,000,000. This amendment confirms that all other terms and conditions remain unchanged. It states that the receipt timeline for offers has not been extended and outlines the methods for acknowledging the receipt of the amendment. The document emphasizes the importance of this acknowledgment for the validity of offers submitted in response to the solicitation. Furthermore, it specifies that the amendment is issued under the authority of the Federal Acquisition Regulation (FAR) and details the administrative changes made to the contract. The document is formally signed by the relevant contracting officer and highlights crucial administrative data related to the contracting process. Overall, this amendment aims to clarify essential contractual updates and ensure compliance among potential contractors.
    Lifecycle
    Title
    Type
    Similar Opportunities
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    CNATRA COMS Notice of Tentative Acquisition Strategy under FTSS V MAC Lot I and DRAFT RFP
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking proposals for Contractor Operations and Maintenance Services (COMS) under the Field Training Systems Support (FTSS V) Multiple Award Contract (MAC) for various Naval Air Stations. The procurement aims to provide comprehensive operational and maintenance support for Chief of Naval Air Training (CNATRA) at five locations, including NAS Corpus Christi, TX, and NAS Pensacola, FL, with a performance period of 62 months, starting with a base year and four option years. This contract is crucial for ensuring the effective training and operational readiness of naval aviation personnel. Interested parties should note that the anticipated release date for the Request for Proposal (RFP) is January 5, 2026, with proposals due shortly thereafter, and can contact Janet Fondriest at janet.l.fondriest.civ@us.navy.mil for further information.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.
    USNS GUADALUPE FY26 Mid-Term Availability
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS GUADALUPE FY26 Mid-Term Availability contract. This procurement involves shipbuilding and repairing services, with a focus on non-nuclear ship repair, as indicated by the NAICS code 336611 and PSC code J999. The contract is crucial for maintaining the operational readiness of the USNS GUADALUPE, ensuring it meets the necessary standards for future missions. Interested parties should note that the request for comments (RFC) period has been extended to December 24, 2025, at 2:00 PM EST, with the solicitation closing date now set for January 8, 2026, at 3:00 PM EST. For further inquiries, potential bidders can contact Thomas White at thomas.l.white222.civ@us.navy.mil or call 757-341-5739.
    COMMAND AIRCRAFT CREW TRAINING (CACT) PROGRAM FOR ACADEMIC AND SIMULATOR TRAINING ON THE UC-35D AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Orlando Training Systems Division (NAWCTSD), is seeking qualified contractors to provide academic and simulator training for the Navy's Command Aircraft Crew Training (CACT) Program on the UC-35D aircraft. The procurement involves a Firm Fixed Price (FFP) Requirements contract anticipated to span 60 months, commencing on or about October 30, 2026, and aims to fulfill comprehensive training requirements, including Pilot Initial and Recurrent Training, as well as International Procedures Training. This training is critical for ensuring military aviators are proficient in operating the UC-35D aircraft, which is vital for various Navy operations. Interested parties must submit their capabilities statements by 2 PM EST on January 7, 2026, and can direct inquiries to Joseph Willdigg at joseph.willdigg.civ@us.navy.mil or Audrey Rolland at audrey.rolland@navy.mil.
    Base Operations Support (BOS) Services at Naval Air Station (NAS) Jacksonville, FL and Outlying Areas
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast (NAVFAC Southeast), is soliciting proposals for Base Operations Support (BOS) Services at Naval Air Station (NAS) Jacksonville, Florida, and its outlying areas. The procurement encompasses a wide range of services including facility management, utilities management, environmental services, and transportation, structured as a performance-based indefinite-quantity contract with a total duration of up to eight years, comprising one base year and seven option years. This contract is crucial for maintaining operational readiness and efficiency at the naval installation, ensuring compliance with various environmental and safety regulations. Interested small business concerns must submit their proposals by January 15, 2026, and can direct inquiries to Courtney Peterson at courtney.j.peterson3.civ@us.navy.mil or by phone at 904-860-5758.
    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 (NAVFACSYSCOM 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 (PNSY) in Kittery, Maine, and the Norfolk Naval Shipyard (NNSY) in Portsmouth, Virginia. The contract encompasses a range of general, industrial, and waterfront construction projects, with an estimated construction magnitude between $1,000,000 and $50,000,000. This procurement is critical for supporting the Strategic Integrated Operations Plan (SIOP) and ensuring the operational readiness of naval facilities. Interested firms must submit their proposals via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with all inquiries directed to Weston Polen at weston.c.polen.civ@us.navy.mil or by phone at 757-322-4749. The solicitation ID has been updated to N62470-26-R-0012, and all proposals must adhere to the outlined requirements and deadlines specified in the attached documents.
    WHARF BRAVO, NAVAL AIR STATION PENSACOLA, FLORIDA.
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking qualified contractors for the Wharf Bravo recapitalization project at Naval Air Station Pensacola, Florida. This sources sought announcement aims to identify potential offerors capable of performing design-bid-build construction to repair and modernize Wharf Bravo and its associated utilities, ensuring continued operational support for U.S. Coast Guard missions. The project includes significant structural repairs, upgrades to mooring and fender systems, replacement of utility services, and improvements to pavement and drainage systems, with a contract value estimated between $25 million and $100 million. Interested parties must submit their capability statements by December 18, 2025, to Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil, with a focus on demonstrating relevant experience and qualifications.
    LEGACY LANDING CRAFT AIR CUSHION (LCAC) AND LCAC100 CLASS MAINTENANCE AND REPAIR SUPPORT
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking maintenance and repair support for the Legacy Landing Craft Air Cushion (LCAC) and LCAC100 class vessels. This procurement aims to ensure the operational readiness and longevity of these critical marine assets, which play a vital role in amphibious operations and logistics. A pre-solicitation conference will be held via Microsoft Teams on January 7, 2026, from 1:00 p.m. to 2:00 p.m. CST, where interested offerors must submit their intent to participate by January 6, 2026, at 10:30 a.m. CST. For further inquiries, contact Kathleen Stewart at kathleen.a.stewart23.civ@us.navy.mil or Frances Negron at frances.j.negron.civ@us.navy.mil.
    Pilot and Aircrew Curriculum Revision and Maintenance (PACRM) Multiple Award Contract (MAC) II
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking qualified sources for the Pilot and Aircrew Curriculum Revision and Maintenance (PACRM) Multiple Award Contract (MAC) II. This procurement aims to provide essential services for the revision and maintenance of training programs for Navy and Marine Corps personnel, ensuring the accuracy and currency of various curricula and electronic classroom systems. The PACRM MAC II will facilitate streamlined and responsive procurements to meet the long-term training needs of Naval and Marine Corps commands, as well as other government training support activities. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Kelly Stevens at kelly.m.stevens4.civ@us.navy.mil or call 407-380-4143 for further details, with the contract anticipated to be awarded by August 26, 2025.