BOSC for Naval Weapons Station Seal Beach
ID: N6247324R0050Type: Solicitation
Overview

Buyer

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

NAICS

Facilities Support Services (561210)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)

Set Aside

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

    The Department of Defense, through the Naval Facilities Engineering Command Southwest, is soliciting proposals for an 8(a) small business set-aside contract for Base Operating Support Contract Services at Naval Weapons Station Seal Beach, California, covering the fiscal years 2025-2030. The contract encompasses a range of recurring and non-recurring services, including facilities support, custodial services, pest control, waste management, grounds maintenance, and utilities management, as detailed in the Performance Work Statement. These services are critical for maintaining operational readiness and ensuring the effective functioning of the naval facilities. Interested contractors should reach out to Christopher Dela Cruz at christopher.r.delacruz.civ@us.navy.mil or 619-705-4922, or Abigail Ferdon at abigail.c.ferdon.civ@us.navy.mil or 619-705-4935 for further information.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    N62473-24-R-3210 Pre-Solicitation Notice
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is issuing a pre-solicitation notice for a competitive contract titled N62473-24-R-3210. This opportunity involves a 100% small business set-aside for a firm-fixed price, indefinite delivery-indefinite quantity (IDIQ) base operating support contract at Naval Base Coronado, California, focusing on facilities support services. The contract is crucial for maintaining operational readiness and ensuring the effective management of facilities operations, including housekeeping services. Interested small businesses should contact Christine Roundy at christine.a.roundy.civ@us.navy.mil or 619-705-4937, or Christopher Jennen at christopher.j.jennen.civ@us.navy.mil or 619-705-4920 for further details.
    Base Operations Support (BOS) Services at Naval Station Mayport, Blount Island Command, Jacksonville FL and the Outlying Areas Supported by these Commands
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is seeking potential offerors for Base Operations Support (BOS) services at Naval Station Mayport and associated facilities in Jacksonville, Florida. The procurement aims to identify qualified businesses capable of providing a range of facilities support services, including facility management, custodial services, pest control, and utilities management, with an estimated annual contract value between $30 million and $40 million. This initiative is crucial for ensuring operational efficiency and support for military installations, and responses to the sources sought notice are due by 2:00 PM EDT on September 24, 2024. Interested parties should submit their qualifications electronically to Jennifer Doherty at jennifer.e.doherty.civ@us.navy.mil, adhering to the specified guidelines.
    Facility Investment Services for NAVSTA Newport Complex Area, facilities, and installed equipment and systems at Naval Station Newport, Newport Rhode Island.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command, is soliciting proposals for Facility Investment Services at the Naval Station Newport Complex in Rhode Island. This procurement is a Total Small Business Set-Aside under NAICS code 561210, focusing on providing essential support services for facilities, installed equipment, and systems within the complex. The contract will be structured as a Firm Fixed Price/Indefinite Delivery/Indefinite Quantity agreement, covering a base year with four optional years, and emphasizes compliance with the Service Contract Act regarding wage determinations. Proposals are due by October 8, 2024, and interested vendors can reach out to Brittany Swan at brittany.t.swan.civ@us.navy.mil or Melinda Robinson at melinda.l.robinson@navy.mil for further inquiries.
    Pest Control Support Services @ NWS Earle
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for Pest Control Support Services at Naval Weapons Station Earle in Colts Neck, New Jersey. The contractor will be responsible for implementing an Integrated Pest Management Plan (IPMP) to manage various pests, including invasive plants and public health threats, while ensuring compliance with all federal, state, and local regulations. This contract is particularly significant as it emphasizes environmental health and safety within military installations, requiring contractors to maintain high standards of pest control. Interested small businesses must submit their proposals by September 23, 2024, and are encouraged to attend a pre-proposal site visit on September 10, 2024. For further inquiries, potential bidders can contact Jessica Mercurio at jessica.a.mercurio.civ@us.navy.mil or Joseph Henrius at joseph.p.henrius.civ@us.navy.mil.
    Removal of LCAC rubberized trash material
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center in San Diego, is soliciting bids for the removal of LCAC (Landing Craft Air Cushion) rubberized trash material at Marine Corps Base, Camp Pendleton, California. The contract requires the placement and maintenance of two metal bins for trash collection, with services scheduled as needed from October 1, 2024, to September 30, 2025, while ensuring compliance with CDC COVID-19 guidelines and preventing debris-related damage to military crafts. This procurement is crucial for maintaining sanitation and operational readiness at the base, with a total estimated cost ceiling of $47 million for small businesses under NAICS Code 562111. Interested contractors must submit their quotes by September 17, 2024, and can contact Delvin L. Moore at delvin.l.moore.civ@us.navy.mil or 619-556-6436 for further information.
    Base Operations Support Contract for Naval Air Station Fallon, Nevada
    Active
    Dept Of Defense
    The Department of Defense, through NAVFAC Southwest, is soliciting proposals for a Base Operations Support Contract (BOSC) at Naval Air Station Fallon, Nevada. The contract aims to provide comprehensive maintenance and support services for various tenant commands and associated areas, requiring contractors to furnish all necessary labor, management, tools, and materials. This procurement is critical for ensuring quality operations at NASF and the Fallon Range Training Complex, with a contract structure that includes a six-month base period and multiple option periods extending up to 66 months. Proposals are due by October 11, 2024, and interested parties can contact Christopher Jennen at 619-705-4920 or via email for further information.
    Detachment Mission Package Support Facility, Port Hueneme, CA
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command, is seeking proposals from qualified service-disabled veteran-owned small businesses (SDVOSB) for logistics support services at the Detachment Mission Package Support Facility located in Port Hueneme, California. The procurement involves a Firm-Fixed-Price contract to provide essential logistics support, including material receipt, verification, inventory management, and maintenance of warehouse operations, adhering to Navy supply procedures and safety regulations. This initiative is crucial for ensuring efficient logistics operations within the military context, with a contract duration from September 2024 to September 2029, including options for renewal. Interested parties must submit their proposals by 12:00 PM on September 17, 2024, and are encouraged to register in the System for Award Management (SAM) prior to submission. For further inquiries, contact Patricia Castillo at patricia.castillo26.civ@us.navy.mil or Christine Jordan at christine.jordan@navy.mil.
    Z--Mayport Base Operations Support (BOS) II Services
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Base Operations Support (BOS) II services at Naval Station Mayport, Jacksonville, Florida. This includes custodial, pest control, waste management, grounds maintenance, and landscaping services. The contract will be competitively procured as an 8(a) set-aside. The anticipated date of RFP issuance is on or after 1 April 2019.
    Professional Services to support the Navy’s Public Works Business Line for work predominantly within the NAVFAC Atlantic Area of Responsibility (AOR)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for professional services to support the Navy’s Public Works Directorate, primarily within the NAVFAC Atlantic Area of Responsibility. The contract, identified as N6247023R9002, encompasses a range of services including operational support, logistics management, facility condition assessments, and energy efficiency surveys, with a total contract value of up to $60 million over a maximum term of five years. This procurement is critical for enhancing the efficiency and effectiveness of public works services, ensuring compliance with regulations, and promoting small business participation through subcontracting commitments. Proposals are due by 2:00 PM on October 2, 2024, and interested parties can contact Weston Polen at weston.c.polen.civ@us.navy.mil or Amber Forehand-Hughes at amber.l.forehand-hughes.civ@us.navy.mil for further information.
    Z--Kings Bay Base Operations Support (BOS) I Services
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking services for Base Operations Support (BOS) I at Naval Submarine Base (NSB) Kings Bay, Georgia and surrounding areas. The services include force protection, facility management, facility investment, utilities management, and other related services. The contract is anticipated to have a base period of ten months with seven one-year option periods, totaling a performance period of seven years and ten months. The contract will be competitively procured using FAR Part 15. The NAICS Code for this procurement is 561210 with an annual small business size standard of $38.5M. The anticipated date of final RFP issuance is on or after 17 April 2019.