R--CONTRACT LABOR SUPPORT FOR PROFESSIONAL SUPPORT SERVICES FOR NAVFAC SW, SAN DIEGO, CALIFORNIA
ID: N6247316R0201Type: Award Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM SOUTHWESTSAN DIEGO, CA, 92132-0001, USA

PSC

SUPPORT SVCS (PROF, ADMIN, MGMT) (R)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command Southwest (NAVFAC SW) in San Diego, California, is seeking contract labor support for professional services. The objective of this procurement is to provide essential administrative, management, and professional support services to enhance operational efficiency within the department. These services are critical for maintaining the functionality and effectiveness of various Navy operations and projects. Interested parties can reach out to Jennifer Reece at (619) 532-3065 or via email at Jennifer.Reece@navy.mil, or Lisa Dela Pena at (619) 532-1949 or lisa.delapena@navy.mil for further details regarding the contract.

    Point(s) of Contact
    Jennifer Reece (619)532-3065 Jennifer.Reece@navy.mil Lisa Dela Pena (619)532-1949 lisa.delapena@navy.mil
    Files
    No associated files provided.
    Similar Opportunities
    YD Crane Rental and Tug Services at Naval Base San Diego, CA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southwest, is seeking contractors to provide Yard Derrick floating crane and tug services at Naval Base San Diego, California. This procurement aims to support fleet requirements in the San Diego area for a duration of 31 days, specifically from February 8, 2023, to March 10, 2023, with the possibility of extending the contract for three additional one-week options. These services are crucial for the efficient operation and logistical support of naval fleet activities in the region. Interested parties can reach out to Stephanie Scannell at stephanie.j.scannell2.civ@us.navy.mil or by phone at 408-373-2209 for further details regarding this opportunity.
    Facility Planning Services A-E IDIQ Sources Sought Notice
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking qualified small businesses, including 8(a), HUBZone, Woman-Owned Small Businesses (WOSB), and Service-Disabled Veteran-Owned Small Businesses (SDVOSB), for a potential Architect-Engineer (A-E) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Facility Planning Services. The primary objective is to identify firms capable of providing a range of A-E services, including project planning documents and shore infrastructure master planning, for various Navy and Marine Corps installations across California, Arizona, Nevada, Colorado, New Mexico, and Utah, with a focus on Southern California. This contract, estimated at $30 million over five years, will require interested firms to submit their qualifications using the SF330 form by December 18, 2025, detailing relevant experience and key personnel, including an AICP certified planner and a Registered Architect. For further inquiries, interested parties may contact Britney Machado-Potestio at britney.l.machado-potestio.civ@us.navy.mil.
    Urgent Floating Crane Services
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southwest (NAVFACSYSCOM SOUTHWEST), is seeking contractors to provide urgent floating crane services, specifically Yard Derrick (YD) floating crane rental and tug services. The contract aims to support waterfront crane operations for the Metro Production Department (MPD) across various naval bases in the San Diego Metro Area, including Naval Base San Diego, Naval Base Coronado, and Naval Base Point Loma. These services are critical for maintaining operational efficiency and safety in naval waterfront activities. Interested parties can reach out to Kellee Krause at 619-566-6517 or via email at kellee.m.krause.civ@us.navy.mil for further details regarding this procurement opportunity.
    NUWC Division, Keyport and NSLC Mechanicsburg SeaPort/Service Contract Forecast
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Keyport and the Naval Sea Logistics Center (NSLC) Mechanicsburg, is forecasting numerous service contract opportunities primarily under NAICS code 541330 (Engineering Services) utilizing the Seaport contract vehicle. These contracts encompass a wide array of support services, including acoustic trial and range sustainment, engineering and technical support, logistics, information technology, and business administration, with many contracts set aside for small businesses, including Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Women-Owned Small Businesses (WOSB). The ongoing procurement activities indicate a robust demand for these services, with several contracts pending award or anticipated follow-on RFPs in the near future. Interested parties can reach out to David Walz at david.e.walz.civ@us.navy.mil or call 360-315-6791 for further information.
    Professional Support Services for PEO USC PMS 420 and PMS 495
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking information from SeaPort-NxG MAC holders regarding Professional Support Services for the Program Executive Office Unmanned and Small Combatants (PEO USC) Littoral Combat Ship Mission Modules (PMS 420) and Mine Warfare (PMS 495). The procurement aims to gather capabilities for various task areas, including program management, technical and system engineering support, logistics, and mission module operations, to enhance the existing personnel and processes within the program offices. This sources sought notice is intended for market research purposes and to assess the potential participation of small businesses, with a total estimated labor requirement of 1,531,405 hours, categorized into junior, mid, and senior labor levels. Interested parties must submit their capability statements electronically by December 30, 2025, to the designated contacts, Logan Kelley and Jonathan Dickinson, with specific formatting and content requirements outlined in the notice.
    INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL FACILITIES USING ALTERNATIVE CONSTRUCTION METHODS (ACM) AT VARIOUS GOVERNMENT INSTALLATI
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract focused on new construction, renovation, and repair of commercial and institutional facilities using Alternative Construction Methods (ACM) across various government installations in California, Arizona, Nevada, Utah, Colorado, and New Mexico. This procurement aims to award approximately eight contracts through a two-phase design-build selection procedure, emphasizing technical approach, experience, past performance, safety, and price, with a total estimated value exceeding $2.5 billion. The contract period spans two years with an option for an additional three years, and task orders will range from $15 million to $250 million, with a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Shane Mahelona at shane.k.mahelona.civ@us.navy.mil or 619-705-4631, and must monitor the SAM website for the solicitation, expected to be posted on or about July 16, 2025.
    IDIQ JOC FOR GENERAL CONSTRUCTION PROJECTS AT GOVERNMENT INSTALLATIONS WITHIN NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND SOUTHWEST THE METROPOLITAN SAN DIEGO (NAVAL BASES SAN DIEGO, POINT LOMA, CORONADO AND MARINE CORPS AIR STATION (MCAS) MIRAMAR, CALIF
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for general construction projects at various government installations in the San Diego area, including Naval Bases San Diego, Point Loma, Coronado, and Marine Corps Air Station Miramar. This procurement is specifically set aside for Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and aims to award one contract based on the best value source selection process, focusing on factors such as project management capability, experience, past performance, safety, and price. The contract will have a performance period of 24 months with a potential extension of 36 months, and the estimated maximum value for all contracts combined is $49 million, with task orders ranging from $2,000 to $1 million. Interested contractors should contact Heather Race at heather.l.race.civ@us.navy.mil or (619) 705-4676, and are encouraged to register on the relevant government websites as the solicitation will be available only in electronic format around May 5, 2025.
    RDTE Program Technical Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the NAVFAC Systems and Expeditionary Warfare Center, is seeking a contractor to provide technical services for an applied Research, Development, Testing, and Evaluation (RDT&E) program focused on Navy-driven research needs related to at-sea compliance and permitting. The contractor will be responsible for generating communication products and facilitating meeting planning and documentation, ensuring adherence to relevant environmental laws and regulations such as the National Environmental Policy Act and the Marine Mammal Protection Act. This procurement is particularly significant as it supports the Navy's ability to conduct uninterrupted at-sea training and testing, with a contract term of one year starting in 2026, plus four option years. Interested women-owned small businesses are encouraged to submit pricing quotes and technical capability statements, with inquiries directed to Nicole Mendes at nicole.mendes@navy.mil or Ryan J. Kenniff at ryan.j.kenniff.civ@us.navy.mil.
    Marine Boatyard Support and Industrial Support Lot III Follow-on MAC-IDIQ
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is preparing to issue a Request for Proposal (RFP) for the Marine Boatyard Support and Industrial Support Lot III Follow-on MAC-IDIQ contract. This procurement aims to secure management, material support services, labor, supplies, and equipment necessary for marine boatyard and industrial support, including modifications, upgrades, and repairs to various non-commissioned boats and crafts primarily in the San Diego area. The successful contractor will be responsible for pier-side repairs and must adhere to the latest specifications and standards, with the contract expected to be awarded as a Firm-Fixed Price (FFP) solicitation in January 2026. Interested small businesses are encouraged to contact Natalie Arenz or Alondra Moreno for further information and to monitor the solicitation's release on the designated government websites.
    Command Wide Broad Agency Announcement for Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC) Research, Development, Testing, and Evaluation
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC), is issuing a Broad Agency Announcement (BAA) for research, development, testing, and evaluation (RDT&E) initiatives aimed at enhancing naval capabilities. Proposals are sought in various technology areas, including expeditionary construction, logistics over the shore, waterfront facilities, undersea systems, and energy technologies, among others, with a focus on innovative solutions that address specific operational challenges faced by the Navy. This opportunity is critical for advancing the Navy's operational readiness and environmental compliance while ensuring the effectiveness of its facilities and systems. Interested parties must submit their abstracts via email to the designated contacts by following the guidelines outlined in the BAA, and ensure they are registered in the System for Award Management (SAM) to be eligible for consideration.