Regional Security Operation Services for Naval District Washington (NDW)
ID: N4008024R0006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM WASHINGTONWASHINGTON NAVY YARD, DC, 20374-5018, USA

NAICS

Security Guards and Patrol Services (561612)

PSC

HOUSEKEEPING- GUARD (S206)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command Washington (NAVFACSYSCOM WASHINGTON), is seeking qualified contractors to provide Regional Security Operation Services for Naval District Washington (NDW). The contract will encompass guard and patrol services across various government facilities located in Maryland, Virginia, and Washington, DC, including the Washington Navy Yard and Naval Support Activity Bethesda, utilizing a combination of Firm-Fixed-Price (FFP) and Indefinite Delivery-Indefinite Quantity (IDIQ) contract structures. This procurement is critical for ensuring the safety and security of naval operations and facilities, with services required to be performed within a 100-mile radius of the Washington Navy Yard. Interested parties should contact Tina Lucy at tina.lucy@navy.mil or James Waite at JAMES.H.WAITE.CIV@US.NAVY.MIL for further details, as this opportunity is set aside for 8(a) certified businesses under NAICS code 561612.

    Files
    Title
    Posted
    Similar Opportunities
    NAVY REGION NORTHWEST GUARD SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Northwest, is seeking a qualified contractor to provide guard services in Silverdale, Washington. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under a sole source procurement, emphasizing the importance of supporting veteran-owned enterprises in fulfilling security needs. The services required fall under the NAICS code 561612, which pertains to Security Guards and Patrol Services, highlighting the critical role these services play in maintaining safety and security at military installations. Interested parties can reach out to Micah Nazarino at micah.m.nazarino.civ@us.navy.mil or Cynthia Swink at cynthia.l.swink.civ@us.navy.mil for further information regarding this presolicitation notice.
    Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Operations (AO) to include Washington DC (DC), Virginia (VA), and Maryland (MD)
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is seeking qualified contractors for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Operations, which includes Washington D.C., Virginia, and Maryland. This procurement aims to support large-scale construction projects, with a maximum contract value of $8 billion, encompassing a two-year base period and up to two additional three-year option periods. The selected contractors will be responsible for various construction tasks, including the design and build of an Aircraft Development and Maintenance Facility at Naval Air Station Patuxent River, MD, emphasizing the importance of quality proposals that demonstrate management capabilities, corporate experience, and small business participation. Interested parties should contact Molly Lawson at molly.e.lawson.civ@us.navy.mil or 202-716-5845 for further details and to ensure compliance with submission requirements.
    Regional Job Order Contract (JOC) for General Construction
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Northwest, is soliciting proposals for a Regional Job Order Contract (JOC) focused on general construction projects. This contract is set aside for 8(a) certified businesses and aims to facilitate the repair or alteration of miscellaneous buildings within the state of Washington. The services procured under this contract are vital for maintaining and improving military infrastructure, ensuring operational readiness and safety. Interested contractors can reach out to Cynthia Elmstrom at cynthia.m.elmstrom.civ@us.navy.mil or call 360-564-9519, or contact Jenell Schreiber at jenell.a.schreiber.civ@us.navy.mil or 360-994-8895 for further details.
    Regional Job Order Contract (JOC) for General Construction
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Northwest, is seeking proposals for a Regional Job Order Contract (JOC) for General Construction, with an estimated total contract value not to exceed $99 million. This procurement aims to provide all necessary labor, materials, and supervision for minor construction, repairs, and alterations at various naval installations within the NAVFAC Northwest Area of Responsibility, primarily located in Washington State. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) source selection process, emphasizing corporate experience, safety, past performance, and technical solutions. Interested 8(a) firms must submit proposals by late April 2025, with the contract award anticipated by late June 2025. For further inquiries, contact Cynthia Elmstrom at cynthia.m.elmstrom.civ@us.navy.mil or Jenell Schreiber at jenell.a.schreiber.civ@us.navy.mil.
    G--Retreat Facilitator
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a Full-Time Retreat Facilitator for Naval District Washington (NDW). The contractor will be responsible for the development, implementation, execution, and evaluation of CREDO workshops and retreat events. The position requires a credentialed subject matter expert with two years of professional experience leading CREDO programs. The contractor will provide support services to the CREDO staff and assist the Commander Naval District Washington (CNDW) Religious Programs Office. The position is located at Naval District Washington and job duties can be around a 60 mile radius. The period of performance consists of a base year and two option years, with the option to extend services up to an additional six months. This procurement is 100% Small Business Set-Aside. The RFQ package will be available for download on the Navy Electronic Commerce Online Website. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award.
    Protective Security Officer Services
    Buyer not available
    The Department of Homeland Security, specifically the Office of Procurement Operations, is seeking qualified contractors to provide Protective Security Officer Services. This procurement aims to ensure the safety and security of federal properties through the deployment of trained security personnel, which is critical for maintaining a secure environment in the District of Columbia. The opportunity is set aside for Historically Underutilized Businesses (HUBZone), emphasizing the government's commitment to supporting small businesses in this sector. Interested parties should reach out to Lorraine Zinar at lorraine.zinar@fps.dhs.gov for further details as they prepare for the upcoming solicitation.
    SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration - Copy 1
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSEA HQ, is seeking contractors for the SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration project. This presolicitation opportunity focuses on engineering services related to electronic countermeasures, which are critical for enhancing naval warfare capabilities. The work will take place in Washington, D.C., and is essential for maintaining the operational readiness and effectiveness of naval forces. Interested parties can reach out to Alexander Gosnell at alexander.b.gosnell.civ@us.navy.mil or Matthew Brimmer at matthew.m.brimmer.civ@us.navy.mil for further information.
    Maintenance, Repair, and Preservation of TWR 7 and 8
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the maintenance, repair, and preservation of TWR-7 and TWR-8 vessels at the Puget Sound Naval Shipyard. The procurement aims to ensure high-quality workmanship in accordance with marine industry standards, encompassing tasks such as docking, hull repairs, structural inspections, and system overhauls. This opportunity is critical for maintaining the operational readiness and safety of naval vessels, reflecting the government's commitment to stringent contract management in defense projects. Interested small businesses must submit their proposals by following the guidelines outlined in the solicitation, with inquiries directed to Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or by phone at 360-815-9581.
    J--Security System Maintenance
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking maintenance support services on Access Control System, Intrusion Detection and CCTV System for Center for Information Warfare (CWIT). The resulting contract will have one base year and four option years under NAICS code 561621. The RFQ should be posted on or before 17 July 2018.
    Professional Services to support the Navy's Public Works Directorate work within the Naval Facilities Engineering Systems Command's (NAVFAC) Atlantic and Pacific (CONUS and OCONUS, WORLDWIDE) Area of Operations
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is seeking proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide professional services supporting the Navy's Public Works Directorate across its Atlantic and Pacific areas of operations. The contract aims to enhance utility management, energy conservation, and operational efficiency at Navy installations worldwide, requiring contractors to demonstrate substantial expertise in managing electric, civil, and mechanical utility systems. With an estimated maximum value of $90 million, the contract includes a base period of 12 months and four optional 12-month extensions, with proposals due by February 24, 2025. Interested parties can contact Jamie Oyelowo at jamie.l.oyelowo.civ@us.navy.mil or Weston Polen at weston.c.polen.civ@us.navy.mil for further details.