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
    Shear Maintenance and Repair
    Buyer not available
    The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistics Center Jacksonville, is soliciting proposals for the maintenance and repair of the AS 500-14 Shear Machine located at the Naval Construction Training Center in Gulfport, Mississippi. The contract entails critical maintenance tasks, including the replacement of cutting blades and a damaged clamp down cylinder, under a Firm Fixed Price Agreement with a service commencement timeline of 45 days post-award. This procurement is vital for ensuring the operational efficiency of military equipment, emphasizing the importance of quality and reliability in the services provided. Interested small businesses, particularly those that are veteran-owned or meet specific socio-economic classifications, should direct inquiries to Dylan Douglas at dylan.l.douglas.civ@us.navy.mil or Robert Edwards at robert.s.edwards42.civ@us.navy.mil, with past performance questionnaires due by December 12, 2024.
    USNS MEGAR EVERS 2026 MTA
    Buyer not available
    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.
    Base Operations Support (BOS) Services at Naval Air Station (NAS) Jacksonville, FL and Outlying Areas
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast (NAVFAC Southeast), is seeking proposals from qualified small businesses for Base Operations Support (BOS) Services at Naval Air Station (NAS) Jacksonville, Florida, and its outlying areas. The contract, identified by solicitation number N6945026R0007, encompasses a wide range of services including facility management, utilities management, environmental services, and transportation, structured as an indefinite-quantity contract with a total performance period of up to eight years, including a base year and seven one-year options. This procurement is critical for maintaining operational readiness and efficiency at NAS Jacksonville, ensuring that all facilities and utilities are managed effectively to support military operations. Interested parties must submit their proposals by the deadline of 3 December 2025, and inquiries should be directed to Courtney Peterson at courtney.j.peterson3.civ@us.navy.mil or by phone at 904-860-5758.
    RFP N69450-26-R-1079 - P620 ENGINE TEST CELL FACILITY, NAVAL AIR STATION (NAS), JACKSONVILLE, FLORIDA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is soliciting proposals for a firm-fixed price construction contract for the P620 Engine Test Cell Facility at Naval Air Station (NAS) Jacksonville, Florida. This project involves the design-bid-build approach for constructing a facility that is crucial for supporting naval aviation operations. The proposal submission deadline has been extended to November 21, 2025, at 3:00 PM (ET), and all proposals must acknowledge this amendment to avoid rejection. Interested parties can contact Cynthia McMonigle at cynthia.a.mcmonigle.civ@us.navy.mil or 904-542-6606, or Lindsay Betteridge at lindsay.e.betteridge.civ@us.navy.mil or (912) 409-3846 for further information.
    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, 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 (MCI) East, covering areas in North and South Carolina. The contract aims to support various construction projects, with the initial "seed project" being the P-1538 SOF Armory at Marine Corps Base Camp Lejeune, NC, which is critical for enhancing military infrastructure. The government plans to award approximately five contracts, with a total estimated construction cost not exceeding $975 million over five years, and proposals are due by 2:00 PM EST on December 10, 2025. Interested parties should contact James Godwin at james.a.godwin41.civ@us.navy.mil or call 757-341-1999 for further details.
    USNS GUADALUPE FY26 Mid-Term Availability
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS GUADALUPE FY26 Mid-Term Availability, which involves shipbuilding and repair services. The procurement aims to ensure the operational readiness and maintenance of the USNS GUADALUPE, a vital asset in the Navy's fleet, by addressing necessary repairs and upgrades. Interested contractors should note that the solicitation falls under the NAICS code 336611 for Ship Building and Repairing and the PSC code J999 for Non-Nuclear Ship Repair (West). For further inquiries, potential bidders can contact Thomas White at thomas.l.white222.civ@us.navy.mil or call 757-341-5739.
    Training Center East Hampton Roads Lodging and Transportation
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking qualified contractors to provide lodging and transportation services for Civil Service Mariners (CIVMARs) assigned to the MSC Training Center East Hampton Roads at Fort Eustis, Virginia. The contractor will be responsible for supplying lodging facilities within a 25-mile radius of the training center and ensuring transportation to and from these facilities, with a maximum commute time of one hour each way. This procurement is a 100% Small Business Set-aside, with the solicitation expected to be available on www.sam.gov around November 25, 2025, and an estimated contract award date of August 31, 2026. Interested parties can reach out to Briana Veil at briana.k.veil.civ@us.navy.mil or Tommy Hale at tommy.a.hale.civ@us.navy.mil for further information.
    Pilot and Aircrew Curriculum Revision and Maintenance (PACRM) Multiple Award Contract (MAC) II
    Buyer not available
    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.
    P1556 10th Marines Maintenance and Operations Complex, Marine Corps Base (MCB) Camp Lejeune, North Carolina
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the Design-Bid-Build project titled "P1556 10th Marines Maintenance and Operations Complex" at Marine Corps Base Camp Lejeune, North Carolina. This project involves the construction of a multi-building complex, including warehouses, maintenance shops, and covered storage areas, with an estimated construction cost ranging from $25 million to $100 million. The selected contractor will be responsible for comprehensive demolition and construction activities, adhering to various building codes and safety regulations, while ensuring a minimum of 20% small business participation in subcontracting. Proposals are due by November 21, 2025, 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.
    CNATRA COMS Notice of Tentative Acquisition Strategy under FTSS V MAC Lot I and DRAFT RFP
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors for Contractor Operation and Maintenance Services (COMS) under the Field Training Systems Support (FTSS V) Multiple Award Contract (MAC) Lot I. This procurement aims to provide comprehensive operational and maintenance support for the Chief of Naval Air Training (CNATRA) at various Naval Air Stations, including NAS Corpus Christi, NAS Kingsville, NAS Whiting Field, NAS Pensacola, and NAS Meridian, with a performance period of 62 months, starting with a base year and four option years. The anticipated release date for the Request for Proposal (RFP) is January 5, 2026, with an award date expected on August 19, 2026. Interested parties can reach out to Janet Fondriest at janet.l.fondriest.civ@us.navy.mil for further information.