Base Operations Support (BOS) Services at Naval Air Station (NAS) Jacksonville, FL and Outlying Areas
ID: N6945026R0007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM SOUTHEASTNAS JACKSONVILLE, FL, 32212-0030, USA

NAICS

Facilities Support Services (561210)

PSC

MAINTENANCE OF OTHER NON-BUILDING FACILITIES (Z1PZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file, likely an RFP or grant document, outlines a project with specific dates and requirements for submissions and performance. It details a procurement process, including a question submission deadline of June 6, 2022, and a proposal due date of June 15, 2022. The file specifies a performance period from June 15, 2022, to June 15, 2023. Key aspects include instructions for offerors, evaluation criteria, and contract award information. The document appears to be focused on obtaining services or goods for a government entity, emphasizing compliance with established procedures and timelines. It covers general terms for submission, proposal content, and the process for addressing inquiries. The repetitive structure suggests multiple sections outlining similar requirements or providing redundant details for clarity.
    This document outlines a government solicitation for bids, likely related to a Request for Proposal (RFP) or a similar procurement process. It details specific requirements for submitting proposals, including forms, certifications, and technical specifications. The solicitation emphasizes adherence to a predefined schedule and submission deadlines. It also lists various clauses and conditions that bidders must acknowledge, covering aspects like pricing, delivery, and compliance. The document includes references to specific dates and identification numbers, indicating a structured process for evaluation and award. The focus is on a comprehensive and compliant submission to secure a government contract, highlighting the critical role of accurate documentation and timely responses in federal, state, and local procurement.
    The document outlines a solicitation for a firm-fixed-price contract for medical equipment. The solicitation, identified as 36C24823Q0043, is set aside for Service-Disabled Veteran-Owned Small Businesses. Key dates include a solicitation issue date of October 26, 2022, a question due date of October 27, 2022, at 10:00 AM EST, and an offer due date of October 27, 2022, at 1:00 PM EST. The contract is for a medical equipment requirement, and responses are to be submitted via email to a specified contact. The document details the procurement timeline and submission instructions for interested bidders.
    The document outlines a federal government procurement or grant, focusing on two distinct phases or projects identified by codes '&'() and '&'(. It includes a comprehensive table of contents with various sections, each detailing specific aspects of the project, such as 'initial studies', 'technical specifications', 'cost analysis', and 'reporting requirements'. The repeated structure for both projects suggests a standardized approach to federal contracts, with an emphasis on detailed planning, clear deliverables, and adherence to established guidelines. The document appears to be a formal request for proposals or a grant application, providing a framework for potential contractors or grantees to understand the scope and expectations of the government initiative.
    This government document outlines various federal, state, and local RFPs and grants, detailing classification standards and union rate identifiers. It specifies the criteria for union rates, which are typically identified by capital letters and a two-digit code, indicating whether a rate is a union rate, a sole rate, a weighted union average rate, a state-adopted rate, or a simple governmental classification rate. The document also includes specific health and safety requirements for employees, particularly concerning health-related needs and preventative health measures. It provides detailed guidelines for contract employees, outlining compensation structures, including hourly rates and benefits, and emphasizes compliance with federal and state regulations. Additionally, the file lists various classifications and associated rates, indicating their applicability to different government contracts. The document underscores the importance of proper classification and adherence to established rates and health standards in government contracting.
    The Partnering Agreement for Base Operations Support Services at Naval Air Station Jacksonville, Florida, outlines a structured approach to foster collaboration and achieve successful project outcomes. It emphasizes active stakeholder participation, shared goals, and accountability through a three-tiered governance structure: Executive Leadership Team (ELT), Senior Leadership Team (SLT), and Project Leadership Team (PLT). This framework is designed to facilitate timely issue resolution and enhance communication. Key elements include quarterly partnering sessions, regular performance evaluations, and a consolidated risk register to proactively address challenges. The agreement sets specific project goals for schedule, quality, safety, security, and teamwork, reinforced by a charter signed by all stakeholders. Performance is measured via 360-degree feedback surveys and metrics, aiming for continuous improvement and high CPARS ratings, ultimately ensuring efficient mission support and effective management of the Base Operations Support Service contract.
    The provided document outlines a
    The document outlines a
    The provided document is a Fire Warden Report for January 2026, building 826, addressed to jaxs_nas_fireprev@navy.mil. It outlines a monthly inspection checklist for fire prevention and safety within a facility. The report covers critical areas such as fire extinguishers, refuse removal, overall facility condition, exits and emergency lighting, electrical systems, storage clearances, mechanical room maintenance, proper handling of flammable/combustible materials, designated smoking areas, posted safety information, and coffee mess safety. Each item has blocks for weekly marking of 'Satisfactory' (S) or 'Unsatisfactory' (U). The report also includes sections for Fire Warden remarks, Division Officer information, and a section to be completed by a Fire Prevention Inspector, detailing fire drill results, evacuation times, number of occupants, and inspection outcomes (satisfactory, discrepancies corrected, or discrepancies noted). This report is crucial for maintaining fire safety compliance and is part of federal government facility management procedures, likely falling under federal grants or internal government compliance documentation.
    The document details the Service Provider (BOSC1) interface, version v3, updated as of December 3, 2015. This interface, relevant for federal government RFPs, federal grants, and state/local RFPs, facilitates the exchange of work order information via a pipe-delimited flat file. It outlines 35 data fields, including 'Approved Date,' 'Work Type,' 'Description,' 'Location,' 'Status,' 'Priority,' 'Asset,' 'Target Start,' and 'Target Finish,' specifying their format, length limits, and content notes for NAVFAC MAXIMO integration. The file also provides validation rules for creating, updating, and completing work orders, highlighting required fields such as 'Target Start' and 'Target Finish.' Key requirements include specific date formats, asset number validation, and adherence to defined value lists. The document emphasizes the file naming convention, pipe delimitation, and the inclusion of only relevant data columns.
    The document "Interface: Asset Specification" v1, current as of May 17, 2012, details the structure and requirements for submitting asset specification data to MAXIMO. This attachment (J-0200000-XX) outlines the necessary fields for asset identification, site ID, class structure ID, attribute, numeric value, alphanumeric value, and unit of measure. It specifies that only positions/columns 1-7 and rows containing data should be included in the flat-file submission, which must be pipe-delimited (.txt) with exactly seven pipes per row. The document provides field definitions, length limits, content notes, and sample data to guide users in accurately formatting their asset specification submissions. Key required fields are Asset, SITEID, CLASSSTRUCTUREID, and Attribute, ensuring proper integration into the MAXIMO system.
    The "Interface: Characteristic Meter Reading" document, version 2, updated on September 30, 2016, outlines the data format and requirements for submitting characteristic meter reading information to the NAVFAC MAXIMO system. This interface is crucial for federal government entities involved in facilities and utilities management. Key data fields include Site, Asset, Meter, Observation, Measurement Date, and Inspector, all of which are mandatory. The document specifies data formats, length limits, and content notes, emphasizing that values must match existing lists within MAXIMO to prevent rejection. It also details observation values for Facilities (DCR) and Utilities (UCR), with UCR values ranging from 0 to 4. The submission must be a pipe-delimited flat file, including only positions 1-6 with data. The document clarifies how observations are filed in MAXIMO, either in the MEASUREMENT or ASSETMETER table, depending on whether it's the most current reading.
    This training manual, N69450-27-XXXX for Jacksonville BOS, details creating and managing service requests and work orders within the MAXIMO 7.6 system, specifically for NAVFAC SE. It outlines the processes for querying, creating, approving, and completing service requests and work orders. The document covers essential fields for data entry, including purpose, description, location, and user information, emphasizing the differences between service requests (for urgent or emergency needs) and work orders (for planned maintenance and projects). It also provides instructions for entering labor and material costs and approving work orders, including a comprehensive list of recognized crafts. The manual is intended to guide individuals in accurately utilizing MAXIMO for maintenance management, ensuring compliance with NAVFAC SE data requirements.
    The Hazardous Waste Management Plan (HWMP) for Naval Air Station (NAS) Jacksonville, updated in April 2019, outlines procedures and responsibilities for managing hazardous waste (HW) in compliance with federal, state, and Navy regulations. As a large quantity generator (LQG), NAS Jacksonville is subject to stringent requirements for waste identification, accumulation, storage, transportation, and disposal. The plan applies to all personnel, contractors, tenants, and commands within NAS Jacksonville. It details roles and responsibilities for various stakeholders, including the Commanding Officer, Environmental Program Director, HW Program Manager, and individual HW Coordinators. The document emphasizes HW minimization and outlines reporting requirements such as the State Biennial HW Report, Naval Facilities Engineering Command (NAVFAC) Annual HW Report, and Solid Waste Annual Report (SWAR). Training protocols for HW personnel are also thoroughly described to ensure proper handling and compliance.
    The Naval Air Station Jacksonville's Spill Prevention, Control, and Countermeasure (SPCC) Plan, updated in October 2020, outlines procedures to prevent oil discharges into the environment, complying with 40 CFR 112. The station exceeds the 1,320-gallon aboveground oil storage capacity threshold, necessitating this plan. It details tank types, capacities, inspection schedules, and spill response protocols for various oil storage containers, including aboveground, underground, mobile, and oil-filled operational equipment. The plan identifies high-risk areas like the Bulk Fuel Tank Farm, Marina, and NEX Gas Station, emphasizing secondary containment, personnel training, and adherence to federal, state, and local regulations. It mandates regular reviews and amendments for facility changes or significant spills, with professional engineer certification for major updates. The PWD Public Works Officer is designated for discharge prevention, supported by a comprehensive inspection and training program.
    The Stormwater Pollution Prevention Plan (SWPPP) for Naval Air Station Jacksonville (NAS JAX), effective from September 2021 to September 2026, outlines measures to prevent stormwater pollution from industrial activities. The plan addresses five industrial sectors: Scrap Recycling, Motor Freight Transportation, Water Transportation, Air Transportation, and Manufacturers of Transportation Equipment. It details potential pollutant sources, such as petroleum, oils, lubricants, heavy metals, and solvents, from various industrial areas across 72 drainage basins, 23 of which are industrial. The SWPPP emphasizes control measures like good housekeeping, preventive maintenance, spill prevention, employee training, and erosion control. It also details the responsibilities of the Stormwater Pollution Prevention Team in implementing and maintaining compliance, including regular inspections and monitoring of stormwater discharges to prevent contamination of the St. Johns River and Ortega River.
    The document outlines the BOS CAT CALL PROCEDURES and CLOSEOUT PROCEDURES for work orders, likely within a federal government contracting context given its RFP nature. It details a multi-step process beginning with a government requester submitting a Statement of Work and selecting a category of call. BOS Work Control then creates a work order, which the contractor reviews and signs. Discrepancies in the category of call require the contractor to provide a basis for their position to the Contracting Officer. The closeout procedures involve a final inspection by various parties and a signature from the COR/PAR to close the work order. A specific category, Category I, is defined for work valued between $0 and $2,500.
    The document outlines the
    This government solicitation (N69450-26-R-0007) outlines recurring and non-recurring work for various federal entities, including the 81st Regional Support Facility, CNRSE, Defense Health Agency, Defense Logistics Agency, Document Automation Facility, Family Housing, Fleet Readiness Center, Housing Learning Center, Morale, Welfare and Recreation, Naval Supply (NAVSUP), Navy Inn, and Naval Surface Warfare. The recurring work, detailed in CLIN 0001 (Base Period) and CLIN 0003 (Option Period 1), primarily involves preventive maintenance, inspection, testing, and other recurring services for diverse facility systems like HVAC, fire protection, electrical, and plumbing, as well as vehicle maintenance and environmental spill response. Non-recurring work (CLIN 0002) encompasses Unit Priced Labor (UPL) for self-performed and subcontracted tasks, material and equipment provision, and various
    This government file provides a comprehensive inventory of facilities across three main locations: Cecil Field, DLA - DRMS, and NAS Jacksonville, with additional entries for OLF Whitehouse and Orange Park. The document details each facility by its number, a brief description, area in square feet (SF), unit of measure, and the construction date. The facilities range from administrative buildings, maintenance hangars, various storage units, and specialized workshops (e.g., FRCSE, AIMD shops) to essential infrastructure like power plants, communication centers, fire stations, and security outposts. Also listed are community and support facilities such as medical buildings, youth centers, clubs, and retail spaces. This detailed listing serves as a critical resource for federal government RFPs, grants, and state/local RFPs, likely for asset management, maintenance planning, infrastructure development, or potential leasing opportunities. The information is crucial for understanding the scope and scale of existing government properties and their operational capabilities.
    This document is an official use only map prepared by NAS Jacksonville, detailing an installation layout with various features. The map outlines facilities, transportation networks (air and land), military operations areas, hydrography, and recreation areas. It also identifies specific structures like buildings, towers, docks, airfields, parking, roadways, rail tracks, and ammunition storage. The map includes natural features such as water and wetlands, as well as recreational elements like jogging tracks, basketball, tennis, and volleyball courts, playgrounds, and a golf course. It specifies the coordinate system as UTM 17N, projection as Transverse Mercator, and datum as WGS84. The document emphasizes that all data is considered Unclassified Sensitive upon Aggregation, and reproduction or distribution is strictly prohibited without written consent from the Commander Navy Region Southeast GeoReadiness Center. It explicitly states that the map is for planning purposes only and does not guarantee currency, validity, or spatial accuracy of the data. The map also includes smaller, not-to-scale maps for NAS JAX Cecil Field and NAS JAX OLF Whitehouse, reiterating the
    The provided document, Attachment J-1502000-04, is a sample of historical work orders for NAS Jacksonville, detailing a wide array of maintenance and repair issues categorized under "EMERGENCY EMERGENCY" work types. The work orders encompass various problems, including electrical failures (e.g., "BLDG HAS NO POWER," "LOSS OF POWER IN THE AREA," "ELECTRICAL PANEL SPARKING"), plumbing issues (e.g., "TOILETS IN TRAINING ROOM AREA ARE BACKING UP," "NO WATER TO BLDG," "ROOF LEAK," "DRAINS BACKING UP"), HVAC and mechanical malfunctions (e.g., "OVERHEAD CRANE DB16 BRAKE WILL NOT ENGAGE INV RPR," "FOUR MAIN STEAMERS NOT HEATING UP," "REHEAT BOILER IS LEAKING"), and structural/security concerns (e.g., "FLIGHTLONE GATE STUCK IN OPEN POSITION," "ROLL UP DOOR NOT REASSEMBLED," "TREE FELL DOWN...BLOCKING ROAD," "HANGAR DOORS WILL NOT OPERATE"). Routine maintenance tasks are also present but are often marked with "ROUTINE" or "ROUTINE SC" within the emergency classification, indicating a high volume of urgent and critical repairs required at the facility. This document provides insights into the operational challenges and infrastructure needs of NAS Jacksonville, highlighting areas requiring immediate attention and ongoing maintenance.
    The document details two primary maintenance programs for facilities at Commander, Naval Region Southeast (CNRSE): Aircraft Rinse Facilities and Airfield Lighting Systems. The Aircraft Rinse Facility program covers automated systems for aircraft rinsing, including utility connections, recycled water storage, effluent treatment, and remote monitoring. The Airfield Lighting Systems program encompasses various airfield lighting components, such as beacon lights, obstruction lights, constant current regulators, runway edge lights, and taxiway guidance signs. Both programs require the contractor to develop and implement a Preventive Maintenance (PM) program for all mechanically and electrically interlocked ancillary parts, equipment, and components, ensuring operational readiness and compliance. The document also lists numerous auxiliary generator systems, specifying their type, capacity, and details regarding fuel tanks, secondary containment, and leak detection mechanisms. Many of these generators are diesel-powered with varying kilowatt outputs and fuel tank capacities, often featuring double-walled tanks and electric interstitial sensors for leak detection.
    The document provides a comprehensive list of historical work orders for a government facility, categorized into "EMERGENCY" and "ROUTINE" tasks. The emergency work orders primarily involve critical system failures such as fire alarm malfunctions, elevator entrapments and breakdowns, security system issues (door locks, perimeter alarms), and urgent repairs for leaks or power outages. Routine work orders encompass a broader range of maintenance and service tasks, including general repairs (doors, walls, ceilings), HVAC system maintenance, electrical work, plumbing repairs (faucets, toilets), lighting issues, and various installations or replacements. Both categories highlight a focus on maintaining building safety, functionality, and operational continuity within the facility, indicating a need for comprehensive facility management services capable of addressing both immediate crises and ongoing maintenance requirements.
    This government file, Attachment J-1502000-11, is a comprehensive inventory and description of HVAC and Refrigeration Systems across various facilities, including Vetrinary Clinic (537), NEX Pharmacy (950), Naval Branch Health Clinic (964, 964A), Command Education Facility (2004), Health Care Support Command (2005), Transportation Office (2030), SARP Facility (2034), SARP Training Building (2036), Paint Storage Building (2056), Pandemic Warehouse (2470), Hospital Facilities Administration (2057), Storage (2066), and Main Hospital, NH Jacksonville (2080). The document details specific equipment such as Air Handling Units (AHU), Condensing Units (CU), Exhaust Fans (EF), Chillers (CH), Water Coolers, Refrigerators, Pumps (CHWP, HWP, CWP), Cooling Towers (CT), and numerous Variable Air Volume (VAV) boxes with hot water reheat and DDC controllers. It also specifies manufacturers (Trane, Cook, Carrier, Steril-Aire, Marley, York, Addison, Climate Craft, Governair, Buffalo, Miller Picking, Temtrol, B & G, Lochinvar, Titus/JCI, Titus/Invensys) and, where available, model numbers, serial numbers, capacities, and installation years. A significant portion of the document outlines the requirement for a Contractor to develop and implement a Preventive Maintenance (PM) program for these HVAC and Refrigeration Systems and all associated mechanically and electrically interlocked ancillary components. The PM program is to cover a wide range of parts, including blowers, boilers, compressors, controls, cooling towers, dehumidifiers, ducts, filters, fire dampers, heat exchangers, heat pumps, humidification systems, piping, pumps, refrigeration boxes, UV lighting, VAV boxes, and Variable Frequency Drives (VFDs). Direct Digital Control (DDC) systems, including all sensors, controllers, and monitoring devices, are also to be maintained to ensure reliable operation, with animated graphics serving as the primary user interface. The file is structured as an equipment list, categorized by facility, with an overarching description of the scope of work for HVAC and Refrigeration Systems maintenance.
    This government file comprises Life Safety Drawings and Plans for Naval Hospital Jacksonville, located at 2080 Child St., Jacksonville, FL, 32214, prepared by The Mihalik Group. The document, dated February 2025, details a Life Safety Audit from 2022 for two buildings: Building 2080 (Hospital/Clinic, an 8-story high-rise built in 1967, Type 1A construction, fully sprinklered, mixed occupancy) and Building 2034 (SARP, a 2-story structure built circa 1980, Type V construction, fully sprinklered). It outlines comprehensive construction data and definitions for various fire and smoke barriers, including 2-hour fire barriers, 1-hour fire/smoke barriers, 1-hour fire barriers, suites, 2-hour fire/smoke barriers, and smoke-tight partitions. Each barrier type specifies requirements for wall construction, ducts, penetrations, and doors, referencing NFPA 101-2021, NFPA 80-2019, NFPA 1-2021, and IBC-2021 codes. The file also includes detailed floor plans for each deck of Building 2080 (Hospital and Clinic sections) and Building 2034, indicating hazardous areas, fire ratings, smoke barriers, and suite square footages, along with renovation dates for various hospital sections. The overall purpose of the document is to provide life safety information and compliance details for the facility.
    The Naval Facilities Engineering Systems Command (NAVFAC) publication P-607, "Utility Real Property Point of Demarcation," issued in July 2024, defines the service point (point of demarcation) between utility real property and facility real property installed equipment (RPIE) for various utility systems. This document, intended for federal government use in RFPs and grants, covers electrical, water, wastewater, steam and condensate, natural gas, chilled water, and hot water systems. For each system, it provides definitions and specific criteria for determining the point of demarcation, often accompanied by illustrative drawings. Key changes in the July 2024 revision include a document number change from P606 to P607, as well as previous updates in March 2024 related to NWCF to GF and the rescindment of the 5-foot rule. The publication aims to standardize the understanding and application of utility demarcation points across Naval facilities.
    The document appears to be a record of electric meter installations and replacements, likely for a government facility or a federally funded project. Each entry includes details such as a complex identifier ("SE02"), an installation/replacement date ("01-JAN-25"), a meter number (some numeric, some alphanumeric like "2EL_BL_0039_1"), an "EstimateMeter" indicator (consistently "N"), a "RouteId" ("02-A," "02-B," "02-C," "02-D," "02-E," "02-H"), and a "RouteSequence" number. Additionally, there are columns for "UsSched," "SerialNumber," "NearestFacility," and "Electric," with many entries specifying "Electric" under the "Electric" column. The "LocationDescription" column provides specific details about where each meter is located, often referencing buildings, transformers, poles, or specific areas within the facility. Several entries also mention "Replaces meter" or "New meter installed," indicating ongoing updates and maintenance of the metering infrastructure. This suggests a comprehensive system for tracking and managing electrical metering within the described operational context.
    This government file details an extensive inventory of assets, primarily focusing on mechanical, electrical, and control systems across various facilities. The assets are categorized by type, such as L/S (Lift Station) components, air dryers, compressors, pumps, valves, instrumentation, motors, transformers, and control systems. Each entry includes an asset ID, a brief description, and often a numerical identifier, possibly indicating a location or system number (e.g., 1043, 104, 127, 85). Key equipment includes numerous centrifugal pumps with varying GPM capacities, different types and sizes of system valves (check, gate, ball, plug), and various control systems, including motor controls and variable frequency drives. The file also lists generators (diesel engine), heat exchangers, filters, mechanical meters, and tanks, indicating a comprehensive infrastructure for water, wastewater, or industrial plant operations. The presence of SCADA telemetry control units suggests integrated monitoring and control capabilities. The document appears to be an inventory or asset register, crucial for maintenance planning, procurement, or operational oversight within a governmental entity responsible for managing these facilities.
    The document appears to be a highly unstructured government file, possibly part of an RFP, federal grant, or state/local RFP, exhibiting significant formatting issues and a lack of clear, coherent text. While specific details are largely obscured by the poor formatting, recurring elements like "VN0NW8IX:", "OPQQR", and "4I&J8+K0" suggest technical or administrative codes. The presence of what seems to be a header "HI8JK L8M 4HJ<$!>"! N" followed by contact-like information "DDD;E1FE'2;E'F G" and a series of seemingly random characters and symbols, indicates an attempt at providing structured information that has been corrupted. The bulk of the document consists of fragmented words, symbols, and numerical sequences, making it impossible to extract a discernible main topic, key ideas, or supporting details. Its purpose remains unclear due to the severe corruption and lack of readable content, although the context suggests it might relate to procurement or project specifications.
    This document, "Attachment J-1601000-08 Specification Attributes," details classifications and attributes for various utility systems, likely intended for use in government RFPs, federal grants, or state/local RFPs. It categorizes assets into master systems like Electric, Potable Water, Non-Potable Water, Fire Protection Water, Salt Water, Steam, High Temp Hot Water, Domestic Hot Water, Chilled Water, Sanitary Sewer, Industrial Wastewater, Oily Wastewater, Storm Water, Natural Gas, Propane, Compressed Air, and Multiple Commodity Utilities. Each classification (e.g., Actuator, Boiler, Pump, Transformer) is further defined by specific attributes, such as type, capacity, voltage, material, and operational parameters. The document provides a standardized framework for describing and specifying components within these utility infrastructures, ensuring consistency and clarity in project requirements and asset management.
    The NAVFAC P-603 Utilities Infrastructure Management Manual outlines the Utilities Infrastructure Condition Assessment Program (UICAP), a comprehensive asset management framework for Navy shore utility systems. Developed by the Naval Facilities Engineering Command (NAVFAC), the manual details procedures for inventorying, assessing, and managing utilities infrastructure, including electrical, water, steam, sewer, and natural gas systems. UICAP consists of four phases: Baseline Inventory/Condition Assessment (I&C), Risk Assessment and Risk Based Investment Planning, OSD Real Property Inventory Requirements compliance, and a Standard Planned Maintenance (PM) Program. The program utilizes tools like Maximo™ (for asset management and maintenance), iNFADS (the official record for real property assets), and GIS (for utility mapping) to maintain accurate data, assess degradation, evaluate risks, and prioritize investments. The manual also defines roles and responsibilities for UICAP personnel at PWD, FEC, Echelon III, and Echelon II levels, ensuring adherence to standards, proper documentation, and continuous improvement of utility system reliability and readiness.
    The document details meter reading and billing processing schedules for electric (EL) and water (FW) commodities within the SE02 - Jacksonville complex, identified by Route ID 02-X. It lists specific meter numbers, locations, and remarks, including instances of meter replacements, route changes, and adjustments to multipliers. The file also outlines the FYXX PWBL UEM Billing Processing Schedule, which specifies deadlines for actions by PWBL Core Staff and PWD Staff for meter reading, billing, and allocation processing. Key dates are provided for files due, review of meter read changes, preliminary billing, cut-off dates for allocation drawing changes, engineer and lead responses, and final billing. The schedule notes that electronic meter reading dates can be adjusted in coordination with the CORE Billing Analyst to ensure optimal spacing between reads.
    The document, titled "NAS JACKSONVILLE ROUTE 02-X FOR MONTH YEAR - RECORDED ON XX MONTH YEAR," is a record of meter readings and locations at Naval Air Station Jacksonville. It lists various meter numbers, their precise locations within specific buildings or near facilities (e.g., "ON S TRANSFORMER ON BOX 6761," "IN E ELEC PANEL / SWITCHGEAR"), and associated serial numbers. The document details meters across numerous buildings and routes, such as 02-0444, 02-0189, 02-0780, 02-0101S, 02-0126, 02-0794, 02-797C, 02-0795, 02-0800, 02-0796, 02-0124, 02-229, and 02-0793. Some entries also include notes on visual reads or the use of touch sensors. The purpose of this file is to systematically record and track utility meters across the base, likely for billing, maintenance, or infrastructure management within a government facility context.
    The NAS JAX Steam Plant Boiler Hours and Fuel Consumption report for December outlines the operational data for steam plants across three buildings: Bldg. 85/Plant A/EU #087, Bldg. 86/Plant C/EU #088, and Bldg. Plant H. The report details natural gas consumption in cubic feet and fuel oil consumption in gallons, alongside the operational hours for individual boilers within each plant. Key metrics include total natural gas consumption and total fuel oil consumption for each building. This data is crucial for monitoring energy usage, assessing operational efficiency, and potentially informing future procurement decisions related to fuel and boiler maintenance within a government facility context, such as federal RFPs or grants concerning energy management and infrastructure upgrades.
    The NASJAX Steam Plants April 2025 Production Report details the monthly steam production, condensate return, make-up water, and fuel consumption for various plants, including A1, A2, C, and Hospital. Key data points include total steam production of 23,109,650 LB, NADEP steam production of 18,104,266 LB, and condensate return of 14,028,198 LB. The report also specifies make-up water (978,122 Gal) and individual plant contributions to overall production. Fuel oil and natural gas consumption are noted. This report serves as a critical overview of operational efficiency and resource management for the steam plants, likely used for performance evaluation, resource allocation, and future planning within government facilities.
    This government file, titled "Attachment J-1700000-02 Fleet Inventory Non-Tactical Vehicles and Equipment," provides a detailed listing of non-tactical vehicles and equipment across various Navy and federal agencies, including Commander, Navy Region Southeast (CNRSE), Defense Health Agency (DHA), Fleet Readiness Center Southeast (FRCSE), CNRSE - PWD Jacksonville, and the General Services Administration (GSA). The inventory includes a wide range of vehicles such as trucks (e.g., aerial service, fire rescue, cargo pickup, ambulance, tank fuel servicing, stake, box/van), trailers (e.g., special purpose, van, lowbed), sedans (compact, subcompact, law enforcement), buses (20-36 passenger), low-speed vehicles (2, 4, and 6 passenger), sport utility vehicles, and mobile medical/dental units. Each entry specifies the asset number, year of manufacture, description, manufacturer, model, alpha code, gross vehicle weight (GVW), and priority. The document reveals a diverse fleet with acquisition years ranging from 1987 to 2025, indicating ongoing procurement and management of these assets. The detailed nature of this inventory suggests it serves as a critical resource for fleet management, maintenance planning, and potentially procurement decisions within these government entities.
    The Naval Air Station (NAS) Jacksonville Facility Response Plan (FRP) outlines procedures for responding to and cleaning up petroleum, oil, and lubricant (POL) discharges. This January 2020 update supersedes the 2014 FRP, driven by EPA and Navy regulations (40 CFR 300, 40 CFR 112.20, 112.21, and OPNAV M-5090.1, Chapter 39). The plan ensures consistency with regional response plans like the MSU Sector Jacksonville Area Contingency Plan (ACP) and EPA Region 4 Regional Contingency Plan (RCP). NAS Jacksonville stores over one million gallons of petroleum products, necessitating this plan to prevent, control, and mitigate harmful effects of spills on land and navigable waters, including sensitive environmental areas. The FRP is structured into a quick-reference Red Plan, a detailed Emergency Response Action Plan (ERAP), and a comprehensive FRP. It details spill response tiers, from the First Coast Navy Fire Department (Tier 1) to regional and federal resources, including qualified individual information, emergency contacts, spill notification forms, and extensive lists of available response equipment and their locations.
    The Stormwater Pollution Prevention Plan (SWPPP) for Naval Air Station Jacksonville (NAS JAX), updated in April 2022, outlines measures to prevent stormwater pollution from industrial activities. Regulated under a Florida Department of Environmental Protection (FDEP) Multi-Sector Generic Permit, the plan covers industrial sectors such as scrap recycling, transportation facilities (motor freight, water, and air), and manufacturers of transportation equipment. It details potential pollutant sources for each sector, including petroleum, oils, lubricants, heavy metals, and various chemicals. The SWPPP also describes control measures like good housekeeping, preventive maintenance, spill prevention and response, employee training, and erosion control. It identifies 23 industrial outfalls across 72 drainage basins and includes a No Exposure Certification for the Hazardous Waste Storage Facility. The plan mandates a Stormwater Pollution Prevention Team to implement and monitor these measures, ensuring compliance with FDEP MSGP requirements through inspections and record-keeping.
    The government file is an Analytical Results Comment Sheet and Certificate of Analysis from Advanced Environmental Laboratories, Inc. for sample J1906073 19186, collected from Navy PWC HAZ WASTE on May 13, 2019. The purpose of the document is to provide a detailed analysis of a water sample to determine its hazardous waste profile, specifically for disposal. The report concludes that the lab results indicate the sample is non-hazardous. Key findings include specific concentrations of various metals (e.g., Cadmium, Chromium, Lead), semivolatiles (e.g., 2-Ethoxyethanol), and the absence of many volatile and semi-volatile organic compounds above detection limits in TCLP analysis. The flashpoint was determined to be greater than 200°F. The overall recommendation is to use the analytical results for disposal as a non-regulated liquid.
    The Florida Department of Environmental Protection has issued Permit Number 72437-014-HO to Naval Air Station Jacksonville, effective July 22, 2025, and expiring May 25, 2029. This permit authorizes the operation of two hazardous waste container storage units (Buildings 144 and 762), the operation of one miscellaneous unit (Hangar 101S) undergoing delayed closure, post-closure care for a regulated unit (former Wastewater Polishing Pond), and facility-wide corrective actions. The permit outlines specific conditions for hazardous waste storage capacities, container management, inspections, emergency preparedness, and record-keeping, emphasizing compliance with state and federal regulations. It also details notification and reporting requirements for non-compliance and newly discovered releases, and outlines processes for permit modification, renewal, and transfer. The document references the Resource Conservation and Recovery Act (RCRA) and the Federal Facilities Agreement for corrective actions.
    The 101S Ventilation Cover Inspection Checklist outlines a mandatory procedure for inspecting grout seals in five waste collection pits: Northeast, Southeast, Northwest, Southwest, and Center. For each pit, the inspector must determine if the grout seal is intact or has failed. If the seal is not intact, it requires repair and re-inspection. If the grout seal has failed, the procedure mandates removing the grout plug, inspecting the ventilation duct, and reporting the inspection results in separate correspondence. This recurring inspection ensures the integrity of ventilation covers, crucial for maintaining safety and operational standards in waste collection areas.
    This government file, Solicitation/Contract No.: N69450-26-R-0007, outlines recurring work requirements for various government entities during the base period. The document details a comprehensive range of facility investment services, encompassing preventive maintenance, inspection, testing, and other recurring services. Key areas covered include HVAC, fire protection, electrical systems, plumbing, and specialized equipment such as unfired pressure vessels and weight handling equipment. Additionally, the file specifies services for transportation (maintenance of non-tactical vehicles and equipment), environmental concerns (oil/regulated substance spill response), and utility management (electrical, wastewater, steam, water, and compressed air operations). Customers include the 81st Regional Support Facility, CNRSE, Defense Health, Defense Logistics, Document Automation, Family Housing, Fleet Readiness Center, Housing Learning Center, Morale, Welfare and Recreation, Naval Supply, Navy Inn, and Navy Lodge, and Naval Surface Warfare. The document serves as a detailed breakdown of services to be provided, indicating the scope and nature of recurring operational and maintenance needs across these diverse government facilities.
    The document "N6945026R0007 Jacksonville BOS" is a Government Pre-Award Inquiry Form, designated as "SOURCE SELECTION INFORMATION." Its primary purpose is to serve as a structured questionnaire for inquiries related to a government procurement process. The form includes fields for reference, page, section, paragraph, question number, date received, government response, government responder information (name, email), offeror information (POC, email), and amendment number. This structure indicates that the form is used to facilitate communication and information exchange between potential offerors and the government during the pre-award phase of a contract, likely an RFP, ensuring transparency and addressing questions before bids are finalized.
    The provided document is an Access Management System (AMAG) form for obtaining a pass to Naval Air Station, Jacksonville. It collects personal identification details such as name, citizenship, company, driver's license number, and home address. The form also requires a civilian sponsor's name and DOD ID, a phone number, and specifies the purpose of the pass (e.g., N6945026R0007, JBOS Site Visit). Pass validity is limited to a maximum of 14 days, with specific start and end dates. The authority for data collection is cited as 5 U.S.C. 522A and the Privacy Act of 1974. The principal purpose is to identify personnel accessing the military reservation and comply with security measures, while routine uses include numerically identifying and accounting for individuals and their movements. Passes are to be picked up at BLDG. 9.
    The Department of the Navy requires individuals to register for a Local Population ID Card/Base Access Pass for physical access control to DoD, DON, and U.S. Marine Corps installations. This process involves collecting personal information for identity verification, biometric database use, and security checks. The authority for this collection stems from various DoD and Navy directives, including those related to personnel identity protection, physical security, and access control. Information collected, such as name, date of birth, citizenship, physical characteristics, and employment details, is used to issue badges, track access, and adjudicate fitness for entry. Routine uses include sharing with designated contractors, federal agencies, and foreign governments. Disclosure is voluntary, but refusal may lead to denied access. Applicants must authorize the DoD and other federal agencies to obtain necessary information, including FBI and DHS records, and acknowledge the requirement to return the ID card upon expiration or employment termination. Final access determination rests with the Base Commanding Officer, following NCIC and local records checks to ensure individuals are not on terrorist watch lists, debarment lists, or felony wants and warrants lists, and to prohibit sex offender access.
    The Jacksonville Base Operations Support (JBOS) Services event, scheduled for November 18-20, 2025, at NAS Jacksonville, Florida, outlines a three-day site visit for prospective contractors. The visit includes an introductory brief, a bus tour of primary locations, and stops at selected buildings to demonstrate the nature and conditions of work. Attendees must use government-provided transportation, wear appropriate safety shoes and hearing protection for mechanical and industrial areas, and sign in. Photography is prohibited, and no additional site visits will be conducted. Questions must be submitted in writing as per Section L, L.4. The detailed schedule covers visits to various facilities, including the Fleet Readiness Command Southeast (FRCSE), Defense Health Agency Hospital, water and wastewater treatment plants, steam plants, hangars, and other operational and support buildings across the base.
    The Pre-Proposal Conference and Site Visit Kickoff Briefing for RFP N6945026R0007 outlines a follow-on contract for Base Operations Support (BOS) services at Naval Air Station (NAS) Jacksonville, Florida, and surrounding areas. The contract encompasses comprehensive facility management, utilities management, environmental services, and base support vehicles and equipment. The Performance Work Statement (PWS) is structured with standard functional annexes and details recurring and non-recurring work procedures, including emergency, urgent, and routine work classifications. Proposal requirements include technical and price volumes, with a best value tradeoff basis for award, prioritizing technical factors and past performance over price. The contract has a base period of one year and seven one-year option periods, totaling eight years. The briefing also provided crucial instructions for the three-day site visit from November 18-20, 2025, and a deadline for written pre-award inquiries.
    The document outlines detailed requirements for federal government RFPs, federal grants, and state/local RFPs, focusing on the preparation and submission of proposals. It emphasizes the need for clear communication, adherence to specific formatting, and comprehensive content. Key aspects include structuring proposals with logical flow, ensuring all required sections are present, and maintaining consistency in language and presentation. The document also highlights the importance of addressing evaluation criteria, providing supporting documentation, and meeting submission deadlines. It stresses the significance of presenting a compelling and compliant proposal to secure funding or contracts, underscoring the rigorous process involved in government procurement and grant applications.
    The Corporate Experience Project Data Sheet is a standardized form designed for government contractors to detail their project experience, essential for federal and state RFPs and grants. It requires comprehensive information, including the performing entity's identification (CAGE, UEI), role (prime, joint venture, subcontractor), and percentage of work performed and subcontracted. The form also mandates contract specifics like number, title, client contact details, award and completion dates, and annual dollar amounts earned. It differentiates contract types (Firm-Fixed Price, Cost/Time and Material) and structures (Standalone, Single Delivery/Task Order). Key sections require a detailed description of the project's relevance to the solicitation and a breakdown of self-performed work, ensuring transparency and aiding evaluators in assessing the offeror's capabilities and past performance.
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is a critical document for evaluating contractor performance in federal government RFPs, federal grants, and state/local RFPs. It standardizes the assessment of a contractor's past work, providing essential data for future solicitations. The form collects detailed information from both the contractor and the client regarding contract specifics, project descriptions, and an in-depth evaluation of performance across key areas. These areas include quality, schedule, customer satisfaction, management, cost/financial management, and safety/security. The questionnaire utilizes a clear rating system (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) with definitions to guide the client's evaluation. Clients are encouraged to submit the completed questionnaire directly to the offeror, who then includes it in their proposal to NAVFAC. This rigorous evaluation process ensures transparency and helps assess performance risk in government contracting.
    The provided document is a form for an Access Management System (AMAG) used to grant access to the Naval Air Station, Jacksonville. It collects personal details such as name, citizenship, company, driver's license number, home address, and contact information. The form also requires a civilian sponsor's name and DOD ID, the purpose of the pass (e.g., N6945026R0007, JBOS Site Visit), and the start and end dates of access, with a maximum duration of 14 days. The authority for collecting this information is 5 U.S.C. 522A and the Privacy Act of 1974. The principal purpose is to identify personnel via a numerical system for access to the military reservation, and routine uses include identifying and accounting for individuals, their entrance, exit, and authorized locations to support administrative and security measures.
    The Department of the Navy requires individuals seeking physical access to DoD/DON/U.S. Marine Corps installations and facilities to register for a Local Population ID Card/Base Access Pass. This process, authorized by various U.S. Codes and DoD directives, aims to control access, protect national security information, issue/retrieve badges, track visitor statistics, and adjudicate access based on vetting. Applicants must provide identity proofing and personal information, including citizenship details, physical characteristics, home address, and employment activity. Disclosure of information is voluntary, but failure to comply may result in denial of access. The form also requires applicants to acknowledge the return policy for the ID card, authorize federal agencies to obtain necessary information for vetting, and certify the truthfulness of their statements. Final access determination rests with the Base Commanding Officer, based on checks against the National Crime Information Center (NCIC), Terrorist Screening Database, DoD debarment lists, and sex offender registries.
    This government file, N6945026R0007, outlines the general information and management/administration requirements for a performance-based contract at Naval Air Station Jacksonville, Florida. The contractor is responsible for furnishing all necessary resources for both recurring and non-recurring work, as detailed across 18 annexes, with a focus on facility support and utilities. The Navy employs a Performance-Based Service Acquisition (PBSA) approach, utilizing a standard template for consistency. Key administrative requirements include mandatory partnering sessions, obtaining all necessary permits and insurance, and adherence to invoicing procedures via WAWF. The contractor must manage all work, safeguard information, and comply with strict personnel, security, and safety protocols, including comprehensive quality management and environmental sustainability programs. The document details expectations for Government-Furnished Items, the use of NAVFAC Maximo for data management, and specific qualifications for key personnel such as the Project Manager and Quality Manager. This comprehensive RFP ensures thorough compliance and efficient service delivery at the naval installation.
    This government file, N6945027R0007, outlines comprehensive deliverables for management, administration, facility investment, utilities, transportation, and environmental services. It details various reports, plans, and certifications required from contractors, including those related to safety, quality, environmental protection, and personnel. Key submission frequencies range from immediate notification for cybersecurity incidents and spills to daily, weekly, monthly, quarterly, and annual submissions for reports like work schedules, inspection results, and management plans. The document emphasizes timely submission, proper distribution to relevant government personnel (KO, COR, Security Manager, Environmental Division), and adherence to specified formats and timelines to ensure compliance and efficient contract performance across all operational areas.
    The document, N6945026R0007, Section J – 0200000, details the Management and Administration requirements for a government contract. It includes 23 attachments, with J-0200000-01 providing a comprehensive list of definitions and acronyms crucial for understanding the contract's terminology. Key definitions cover various aspects such as asset management (Asset, CIMU, ICAP), personnel roles (Contracting Officer, COR, Contractor, PAR), environmental compliance (Hazardous Material, Hazardous Waste, SPCC Plan, Universal Waste), and operational procedures (Construction Equipment, Direct Labor, Direct Material Costs, NAVFAC MAXIMO, Response Time, Unit Priced Labor Hour). The document also outlines different service frequencies (Annual, Daily, Monthly, Quarterly, etc.) and various types of cranes with specific categories. Attachment J-0200000-02 lists wage determinations, while J-0200000-03 specifies required conferences and meetings. Attachments J-0200000-04 and J-0200000-05 provide sample partnering agreements and problem resolution matrices, respectively. A significant portion, J-0200000-06, enumerates directives, instructions, and references, including numerous CFRs, ANSI, ASME, and NFPA standards, alongside military and NAS Jacksonville instructions, covering a wide range of safety, environmental, and operational regulations. Finally, Attachment J-0200000-07 presents various forms for reporting, such as Monthly On-Site Labor Reports for both recurring and non-recurring work, and environmental reports for used oil disposal and solid waste management.
    Amendment 0001 to solicitation N6945026R0007, effective November 21, 2025, revises the Table of Contents in Section J by adding a Site Visit Brief, Site Visit Sign-In Sheets, and Responses to early Government Preaward Inquiries (GPIs). The due date for all GPIs remains December 3, 2025, and the proposal due date/time is January 15, 2026. All other terms and conditions of the original solicitation remain unchanged. The amendment provides updated file names for the newly added documents and lists numerous other attachments related to labor, forms, site visits, corporate experience, wage determinations, partnering agreements, and various facility management and environmental plans.
    This government solicitation (N6945026R0007) is for Base Operations Support (BOS) Services at Naval Air Station (NAS) Jacksonville, FL, and outlying areas. The contract will be a total small business set-aside, replacing contract N6945019D1750, and is structured as an indefinite-quantity contract with recurring firm-fixed-price (FFP) and non-recurring indefinite-delivery indefinite-quantity (IDIQ) provisions. The eight-year contract, including seven one-year option periods and a potential six-month extension, covers services such as Facility Management, Utilities Management, and Environmental services. Pricing is based on 18 Contract Line Item Numbers (CLINs) supported by Exhibit Line Item Numbers (ELINs), with a focus on fair labor standards. Inspection and acceptance will occur at NAVFAC SOUTHEAST PWD Jacksonville. The contract requires registration and catalog upload to FedMall for ordering, with specific non-recurring ELINs available through this platform. It also outlines requirements for construction work, government-furnished facilities/utilities, and contractor performance assessment via CPARS. Payment instructions emphasize the use of the Wide Area WorkFlow (WAWF) system.
    Similar Opportunities
    Base Operations Support (BOS) Services at Naval Station (NS) Mayport, Florida; Marine Corps Support Facility – Blount Island (MSF – BI) Jacksonville, Florida; and the outlying areas supported by these commands
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast (NAVFACSYSCOM SOUTHEAST), is soliciting proposals for Base Operations Support (BOS) Services at Naval Station Mayport and Marine Corps Support Facility – Blount Island in Jacksonville, Florida. The contract encompasses a wide range of services, including port operations, facility management, utilities management, custodial services, pest control, and environmental management, with a performance-based approach emphasizing quality and efficiency. This indefinite-quantity contract is expected to have a base period of one year, with seven additional one-year option periods, totaling up to eight years of service. Interested contractors must submit their proposals by December 11, 2025, and can direct inquiries to Courtney Peterson at courtney.j.peterson3.civ@us.navy.mil or Cari Fiebach at cari.l.fiebach.civ@us.navy.mil.
    Force Protection Services at Fleet Logistics Center Jacksonville, Heckscher Fuel Terminal and DLA Distribution at NAS Jacksonville, FL
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking proposals for Force Protection Services at the Fleet Logistics Center Jacksonville Heckscher Fuel Terminal and DLA Distribution at NAS Jacksonville, Florida. The procurement involves comprehensive guard operations, including labor, supervision, management, and necessary equipment, under a performance-based contract structure. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a total contract performance period anticipated to be five years, including a base year and four option years. Interested parties should contact Stephanie Menciano at stephanie.s.menciano.civ@us.navy.mil or 904-542-6953 for further details, and the solicitation is expected to be issued on or after December 10, 2025.
    Base Operations Support (BOS) Services at Naval Air Station (NAS) Corpus Christi, TX; NAS Kingsville, TX; and Outlying Areas
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast (NAVFACSYSCOM SOUTHEAST), is seeking qualified contractors to provide Base Operations Support (BOS) Services at Naval Air Station (NAS) Corpus Christi, NAS Kingsville, and surrounding areas in Texas. The procurement aims to ensure efficient facility operations and maintenance, which are critical for supporting military readiness and operational capabilities at these naval installations. This opportunity is set aside for 8(a) competed firms under the NAICS code 561210, which pertains to Facilities Support Services, and the PSC code S216, related to housekeeping and facilities operations support. Interested parties can reach out to Courtney Peterson at courtney.j.peterson3.civ@us.navy.mil or call 904-860-5758 for further details.
    Base Operations Support (BOS) Services at U.S. Naval Air Station (NAS) Sigonella and its outlying support activities, Sicily, Italy
    Buyer not available
    The Department of Defense, through NAVFACSYSCOM ATLANTIC, is soliciting proposals for Base Operations Support (BOS) Services at the U.S. Naval Air Station (NAS) Sigonella and its outlying support activities in Sicily, Italy. The contract, which is an Indefinite-Delivery/Indefinite Quantity (IDIQ) Firm-Fixed Price agreement, encompasses both recurring and non-recurring work, including facility management, custodial services, pest control, waste management, and utility management, among others. These services are critical for maintaining operational readiness and ensuring a safe and functional environment for military personnel and their families. Proposals are due by January 9, 2026, and interested parties should direct inquiries to Star Hanchey at star.m.hanchey.civ@us.navy.mil or Weston Polen at weston.c.polen.civ@us.navy.mil.
    Government Owned, Contractor Operated (GOCO) Naval Air Station (NAS) Key West, FL Fuel Services
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is seeking qualified small businesses to provide Contractor-Operated fuel storage and management services at Naval Air Station (NAS) Key West, Florida. The procurement involves the operation and maintenance of fuel facilities, including aircraft and ship aviation fuel services, ensuring safety, quality control, and environmental compliance. This opportunity is significant as it supports military operations by managing critical fuel resources, with a firm-fixed price contract anticipated to begin around January 1, 2026, featuring a four-year base period and additional options. Interested firms must demonstrate their capabilities and past performance, with responses due via email to designated contacts within DLA Energy, following the publication of the solicitation expected within the next 60 days.
    GOCO Alongside Aircraft Refueling Services NAS Whiting Field
    Buyer not available
    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.
    JACKSONVILLE HARBOR, MAINTENANCE DREDGING, BAR CUT-3 THROUGH CUT-17 AND CUT-55 THROUGH LOWER TERMINAL, CHANNEL DUVAL COUNTY, FLORIDA
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for maintenance dredging work at Jacksonville Harbor in Duval County, Florida. The project involves dredging portions of the harbor channel, specifically from Bar Cut-3 through Cut-17, with an option for additional dredging from Cut-55 through the Lower Terminal Channel, including the disposal of dredged materials at designated sites. This maintenance work is crucial for ensuring navigability and safety within the harbor, which is vital for commercial and recreational maritime activities. Interested contractors can reach out to Nicole Batista-Cruz at nicole.m.batista-cruz@usace.army.mil or call 904-232-3275 for further details regarding the solicitation process.
    Government-Owned, Contractor-Operated (GOCO) Fuel Services NAS Key West, FL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting proposals for Government-Owned, Contractor-Operated (GOCO) fuel services at Naval Air Station (NAS) Key West, Florida. The contract encompasses the operation and maintenance of fuel facilities, including aviation fuel services for aircraft and ships, as well as ground vehicle fuel services, with a performance period starting May 1, 2026, and extending through April 30, 2030, with options for additional years. These services are critical for ensuring the operational readiness of military installations, emphasizing compliance with federal, state, and local regulations regarding fuel management and safety. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should direct inquiries to Alontae Uptegrow at alontae.uptegrow@dla.mil or 703-859-2746, with proposals due by December 15, 2025.
    Grounds Maintenance and Landscaping Services at NAS Oceana, Virginia Beach, VA, NNSY, Portsmouth, VA and Other Areas of Responsibility (AOR)
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), is seeking qualified small businesses to provide Grounds Maintenance and Landscaping Services at NAS Oceana in Virginia Beach, VA, and NNSY in Portsmouth, VA, among other Areas of Responsibility. The procurement aims to establish a Facility Support, Firm-Fixed Price (FFP)/Indefinite Delivery Indefinite Quantity (IDIQ) contract for both recurring and non-recurring services, with a total contract term not exceeding 66 months. This initiative is crucial for maintaining and enhancing the grounds and landscaping of military facilities, ensuring operational readiness and aesthetic standards. Interested parties must submit a capabilities package by December 16, 2025, detailing their relevant experience and qualifications, with a minimum yearly contract value of $700,000 anticipated. For further inquiries, contact Karen Richardson at karen.y.richardson3.civ@us.navy.mil or by phone at 757-341-1046.
    WHARF BRAVO, NAVAL AIR STATION PENSACOLA, FLORIDA.
    Buyer not available
    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.