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
    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
    Similar Opportunities
    Pre-solicitation Notice for Visual Information Support Services (VISS)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is preparing to solicit proposals for Visual Information Support Services (VISS). This procurement aims to provide graphic design services, which are essential for creating visual materials that support various training and operational needs. The anticipated release date for the Combined Synopsis/RFP is no later than December 19, 2025, with proposals due by January 9, 2026. Interested small businesses are encouraged to reach out to Stephen Wagner at stephen.c.wagner10.civ@us.navy.mil or Anjuli Stabile at anjuli.m.stabile.civ@us.navy.mil for further information.
    FY26 NNSY Job Fair Rental Space
    Dept Of Defense
    The Department of Defense, through the Norfolk Naval Shipyard (NNSY), is seeking proposals for the rental of a venue space to host a Career Fair on January 24, 2026, in either Chesapeake or Portsmouth, Virginia. The venue must accommodate between 700 to 1,000 attendees and provide a minimum of 12,000 square feet, including specific requirements such as private interview areas, tables, chairs, and necessary technical support like high-speed Wi-Fi and printing services. This opportunity is set aside for small businesses, with a Firm Fixed Price Single Award Contract anticipated, and quotes are due by 8:00 A.M. EST on December 22, 2025. Interested vendors should contact Aletha Nunley or Denise Swain for further details and ensure they are registered in SAM to participate in the procurement process.
    Production Support: Forklift Drivers
    Dept Of Defense
    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking qualified small businesses to provide production support through forklift drivers and related personnel. The contract will encompass firm-fixed-price services for various roles, including forklift operators, program managers, project managers, and supervisors, with a performance period from January 5, 2026, to March 31, 2026, and an option to extend through June 30, 2026. This procurement is critical for maintaining operational efficiency and safety at the shipyard, ensuring compliance with federal, state, and local regulations. Interested parties should contact Alicia Almberg at alicia.l.almberg.civ@us.navy.mil or Melissa White at melissa.e.white13.civ@us.navy.mil for further details, and note that the solicitation is set aside for small businesses under the NAICS code 336611.
    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.
    NSA PANAMA CITY - FL - FREESTANDING JIB CRANE
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking qualified 8(a) small businesses for the installation of a freestanding jib crane at Naval Support Activity Panama City in Florida. The project entails design, engineering, selective demolition, and construction to install a 10,000 lb rated jib crane, including structural analysis, foundation construction, and electrical system integration. This procurement is crucial for enhancing operational capabilities at the facility, and interested vendors must submit their capability statements by December 29, 2025, to Cheryl Wilson at cheryl.l.wilson77.civ@us.navy.mil, ensuring compliance with all submission requirements.
    20 Hotel Rooms for 14 Nights in Port Canaveral, Florida
    Dept Of Defense
    The Department of Defense, specifically the Supervisor of Shipbuilding Groton, CT, is seeking proposals from qualified small businesses to provide 20 hotel rooms for 14 nights in Port Canaveral, Florida, from January 12 to January 26, 2026. The rooms must be located within a 15-mile radius of the Navy Port and meet specific requirements, including two beds per room, local calling, basic cable TV, and standard hotel amenities, with no exterior access to rooms. This procurement is critical for accommodating overflow Navy personnel and is set aside exclusively for small businesses under NAICS code 721110, with a total funding amount of $40,000,000. Interested vendors must submit their quotes by 5:00 PM EST on December 29, 2025, to the designated contacts, Andrea Cook and Stephanie Neale, via email.
    J999 Machine Lower Bearing Staves of Rudder Service
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Puget Sound, is soliciting proposals for the machining of lower bearing staves of rudder service for a U.S. Navy ship stationed in Yokosuka, Japan. This procurement is set aside for small businesses and aims to secure specialized marine repair services, adhering to strict compliance with both U.S. and Japanese regulations, safety, and environmental standards. The contract will be a firm-fixed-price type, with a performance period from February 1 to March 31, 2027, and proposals are due by December 19, 2025. Interested parties should direct inquiries to Wilfredo Gervacio via email at wilfredo.j.gervacio.civ@us.navy.mil and are encouraged to monitor the SAM.gov website for updates and amendments to the solicitation.
    SOF Global Services Delivery Request for Proposal (DRAFT)
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is seeking proposals for the Special Operations Forces Global Services Delivery (SOFGSD) contract, which is a Total Small Business Set-Aside opportunity. This procurement aims to secure administrative management and general management consulting services to support USSOCOM's global missions and enterprise needs, with a focus on providing subject matter expertise and knowledge-based services. The contract will be awarded as multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a requirement for offerors to possess a Top Secret Facility Clearance and to meet specific cybersecurity standards as outlined in the recent DFARS rule. Interested parties should direct inquiries to the primary contact, Sherri Ashby, at sherri.ashby@socom.mil, and note that the final Request for Proposal (RFP) is anticipated to be released in Q2 FY26, following additional drafts and industry engagement sessions.
    CENTCOM Headquarters Indefinite Delivery Indefinite Quantity (IDIQ) Professional Services (CHIPS)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the CENTCOM Headquarters Indefinite Delivery Indefinite Quantity (IDIQ) Professional Services (CHIPS) contract, aimed at providing a comprehensive range of professional services to support U.S. Central Command (USCENTCOM) operations. The procurement seeks to enhance strategic planning, policy support, and operational effectiveness across various military and governmental functions, requiring contractors to deliver non-personal services that integrate military operations with U.S. Government strategies. This initiative is particularly significant as it emphasizes the role of small businesses, with a total contract value capped at $750 million, and is set aside for 100% small business participation, including Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and SBA certified 8(a) firms. Interested parties must submit their proposals electronically by January 9, 2024, and direct any inquiries to Jason Wilkin at Jason.Wilkin.2@us.af.mil or LaKeisha Gamble at lakeisha.gamble.2@us.af.mil.
    GOCO Alongside Aircraft Refueling Services NAS Whiting Field
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking proposals for Alongside Aircraft Refueling Services at Naval Air Station (NAS) Whiting Field in Florida. The contractor will be responsible for managing, maintaining, and operating Government-Owned, Contractor-Operated (GOCO) fuel storage facilities, ensuring the safe handling and accountability of petroleum products, while complying with environmental and safety regulations. This procurement is set aside for Service-Disabled Veteran Owned Businesses (SDVOSB) under NAICS code 493190, with a firm fixed-price contract anticipated to include a four-year base period and one five-year option. Interested parties should prepare for the solicitation expected to be posted between May and June 2025, with a closing date approximately 45 days thereafter. For further inquiries, contact Sean Turner at sean.turner@dla.mil or Yalier Fuster at YALIER.FUSTER@DLA.MIL.