R--Professional, Administrative, and Management Support Services
ID: N6883619R3000Type: Presolicitation
Overview

Buyer

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

PSC

SUPPORT SVCS (PROF, ADMIN, MGMT) (R)
Timeline
  1. 1
    Posted Aug 28, 2019, 3:13 PM UTC
  2. 2
    Updated Aug 28, 2019, 5:38 PM UTC
  3. 3
    Due Not available
Description

Presolicitation notice from the Department of Defense, specifically the Department of the Navy, is seeking professional, administrative, and management support services for the Office of Civilian Human Resources at the Stennis Operations Center in Jacksonville, Florida. This requirement is expected to be set-aside for small business concerns. The anticipated start date is September 30, 2019, and the contract will be firm-fixed price. Interested parties should review the FedBizOpps website for the solicitation and attachments. The expected issue date for the solicitation is around August 15, 2019, with a contract award date around September 27, 2019. No verbal or phone conversations will be accepted, and all questions should be submitted in writing.

Point(s) of Contact
Jeff Scott 904-542-1248
Files
No associated files provided.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
R--SAFETY SUPPORT SERVICES
Buyer not available
Presolicitation notice is prepared by the Department of Defense, specifically the Department of the Navy, for the procurement of Safety Support Services. These services are typically used to provide professional, administrative, and management support in the area of safety. The Naval Supply Systems Command Fleet Logistics Center San Diego (NAVSUP FLCSD) intends to issue a 100% Small Business competitive solicitation for these services. The solicitation will be released on or about September 11, 2019, and interested parties are required to register with the Navy Electronic Commerce Online (NECO) and/or FedBizOpps websites to access the solicitation documents. The procurement is subject to the Total Small Business Set-Aside (FAR 19.5) and the applicable NAICS code is 541990 with a standard size of $15M. Offerors must be registered in the System for Award Management (SAM) website. All communications regarding the procurement must be submitted via email to the Contract Negotiator.
HUMAN RESOURCES OFFICE AND ACQDEMO SUPPORT SERVICES
Buyer not available
The Department of Defense, through the Strategic Systems Programs (SSP), is seeking qualified small businesses to provide Human Resources Office (HRO) and Acquisition Demonstration Project (AcqDemo) support services. The objective is to ensure the effective execution of mission requirements and organizational needs, which includes providing dedicated onsite personnel, training, and documentation management to support the Department of Defense Civilian Acquisition Workforce. This contract, set to run from October 1, 2025, to September 30, 2030, will require a firm-fixed-price arrangement with an estimated total of 10,691 man-hours of support, and interested firms must submit capability statements by April 14, 2025, to Shirelle Womack at shirelle.womack@ssp.navy.mil or Scott Comeau at scott.comeau@ssp.navy.mil.
R--Professional management and coordination support services
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking professional management and coordination support services for various Department of Navy (DoN) related ceremonies, functions, and events in Washington, DC. The services will be acquired in accordance with the Federal Acquisition Regulation (FAR) Part 12 and FAR Part 13. The contractor will provide support services for U.S. Navy events and ceremonies, including band concerts, wreath laying ceremonies, concerts on the Avenue, and the Blessing of the Fleet ceremony. The contract will have a base period of performance from December 1, 2018, to November 30, 2019, with a potential six-month extension. The NAICS code for this acquisition is 541611, and the Size Standard is $15.0M. The Request for Quote package will be available for downloading on February 7, 2017, at http://www.neco.navy.mil or http://www.fedbizopps.gov. Contractors must be registered in the Systems for Award Management (SAM) database to be eligible for award. For more information, contact the primary contact person listed in the synopsis.
Base Operations Support Services For NSA Annapolis and US Naval Academy, Annapolis, Maryland
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Atlantic, is seeking small and socio-economic businesses to provide Base Operations Support (BOS) Services for the Naval Support Activity Annapolis and the U.S. Naval Academy in Maryland. The anticipated contract, valued at approximately $30 million annually, will encompass a range of services including facility management, pest control, waste management, utilities management, and support for special events, with a potential duration of up to 102 months including option periods. This initiative is crucial for maintaining operational efficiency and compliance with federal standards at the facilities. Interested vendors must submit Statements of Capabilities and complete a Sources Sought Questionnaire by April 21, 2025, and can contact Jamie Oyelowo at jamie.l.oyelowo.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil for further information.
Z--Mayport Base Operations Support (BOS) II Services
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Base Operations Support (BOS) II services at Naval Station Mayport, Jacksonville, Florida. This includes custodial, pest control, waste management, grounds maintenance, and landscaping services. The contract will be competitively procured as an 8(a) set-aside. The anticipated date of RFP issuance is on or after 1 April 2019.
J019 - SMALL CRAFT MAINTENANCE AND UPGRADE SUPPORT SERVICES
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is soliciting proposals for Small Craft Maintenance and Upgrade Support Services. The contract aims to provide comprehensive maintenance, repair, and upgrade services for a fleet of twenty small vessels utilized by the Naval Oceanographic Office (NAVOCEANO), ensuring compliance with established standards and regulations. This initiative is crucial for maintaining operational readiness and enhancing capabilities in marine surveying and training operations. Interested small businesses must submit their proposals by April 10, 2025, with the contract valued on a firm-fixed-price basis for a five-year period, potentially extending for an additional six months. For further inquiries, contact Joseph Caltagirone at joseph.caltagirone@navy.mil or by phone at 564-226-0669.
B9101 GPO RENOVATION AND NASA ROOF REPLACEMENT STENNIS SPACE CENTER, MS
Buyer not available
The Department of Defense, specifically the Army Corps of Engineers, is soliciting bids for the B9101 GPO Renovation and NASA Roof Replacement project at Stennis Space Center, MS. This design-bid-build construction project aims to expand printing operations, replace approximately 300,000 square feet of roofing, and renovate administration offices to meet the needs of both the Government Publishing Office (GPO) and NASA, involving comprehensive structural, electrical, mechanical, plumbing, and HVAC work. The project is a total small business set-aside, emphasizing the importance of engaging small businesses in federal contracting opportunities. Interested contractors can reach out to Eric Hurtado at eric.j.hurtado@usace.army.mil or call 251-690-2571 for further details, with key amendments and updates to the solicitation having been posted as of early 2025.
99--Coastal Riverine Squadron FOUR Company (CRS 4 COM) operating in Panama 19 OCT through 13 DEC 2016
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking expeditionary logistics and life support services for the Coastal Riverine Squadron FOUR Company (CRS 4 COM) operating in Panama. This service is part of a larger U.S. Southern Command (SOUTHCOM) directed mission. The service includes small boat launch and recovery services, vehicles, cellular phones, international phone cards, bottled water, personnel and equipment transportation between operating sites. The mission will take place from 19 October through 13 December 2016. The Contractor will work closely with the Contracting Officer Representative (COR) to ensure effective completion of all services. The solicitation will be available around 16 SEP 2016 and contract award no later than 07 OCT 2016.
internal Contractor Support Services (iCSS) Special Notice 0007
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Training Systems Division, is seeking industry input regarding the upcoming Amendment 0002 to RFP N6134025R0004 for internal Contractor Support Services (iCSS). This procurement aims to update various attachments related to wage determinations, past performance information, contract cost summaries, and minimum labor wage rates, with significant changes anticipated in areas such as page limits and evidence requirements for facility clearances. The opportunity is set aside for SBA Certified Women-Owned Small Businesses (WOSB) and will be performed in Orlando, Florida. Interested parties can reach out to Michael Yucht at michael.d.yucht.civ@us.navy.mil or Alana Nunez-Bennett at alana.nunez-bennett.civ@us.navy.mil for further information, with a proposal submission deadline extended to 3:00 PM EDT on April 29, 2025.
Z--Kings Bay Base Operations Support (BOS) I Services
Buyer not available
Presolicitation DEPT OF DEFENSE is seeking services for Base Operations Support (BOS) I at Naval Submarine Base (NSB) Kings Bay, Georgia and surrounding areas. The services include force protection, facility management, facility investment, utilities management, and other related services. The contract is anticipated to have a base period of ten months with seven one-year option periods, totaling a performance period of seven years and ten months. The contract will be competitively procured using FAR Part 15. The NAICS Code for this procurement is 561210 with an annual small business size standard of $38.5M. The anticipated date of final RFP issuance is on or after 17 April 2019.