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, including detachments in Norco and Fallbrook. The contract, which spans from FY 2025 to 2030, requires the contractor to provide a comprehensive range of services including facilities support, custodial services, pest control, waste management, grounds maintenance, and utilities management, as detailed in the Performance Work Statement. This contract is crucial for maintaining operational readiness and environmental compliance at the naval station. Proposals are due by September 18, 2024, at 2 PM PDT, and interested parties should direct inquiries to Christopher Dela Cruz or Abigail Ferdon via the provided contact information.

    Files
    Title
    Posted
    This document is an amendment to a solicitation under contract ID N6247324R0050, modifying terms related to a federal contract with NAVFAC Southwest. The main purpose of Amendment 0006 is to extend the proposal due date to September 18, 2024, at 2 PM (PDT). Additionally, it revises the criteria for rating corporate experience, changing the threshold for relevant contracts from $5 million to $50 million, indicating a shift in evaluation standards. All other terms and conditions remain unchanged. The amendment outlines the process for contractors to acknowledge receipt of this modification, underscoring the importance of compliance in federal contracting procedures. Overall, the amendment aims to clarify expectations and timelines for prospective contractors while reinforcing the government's commitment to thorough evaluation standards.
    This document serves as an amendment to the solicitation for a government contract (ID: N6247324R0050), detailing significant changes to the proposal requirements and evaluation factors. Notably, the threshold for relevant corporate experience in managing large contracts has increased from $5 million to $50 million. The proposal due date is set for September 18, 2024, at 2 PM PDT. The amendment includes specific instructions for submitting inquiries about the Request for Proposal (RFP) and conducting pre-proposal site visits. It outlines submission guidelines for technical and price proposals, emphasizing compliance with a structured format to avoid disqualification. Key evaluation factors include corporate experience, past performance, key personnel qualifications, and safety measures, each with stringent baseline criteria. The document prioritizes communication of standards for safety records, management systems, and quality control programs, mandating detailed submissions concerning contractor safety and experience. The overall purpose of this amendment is to refine procurement processes, ensuring only qualified offers are considered, thereby enhancing project integrity and execution quality in government contracting functions.
    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 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.
    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. The procurement is a Total Small Business Set-Aside under NAICS code 561210, focusing on the management and maintenance of facilities, installed equipment, and systems within the complex. This contract, structured as a Firm Fixed Price/Indefinite Delivery/Indefinite Quantity, includes a base year and four optional years, emphasizing compliance with federal regulations and quality control measures. Proposals are due by October 8, 2024, and interested parties should direct inquiries to Brittany Swan at brittany.t.swan.civ@us.navy.mil or Melinda Robinson at melinda.l.robinson@navy.mil.
    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--Base Operation and Support (BOS) for Facility Investment and Facility Management services at Naval Station Newport (NAVSTA), Newport, Rhode Island.
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Base Operation and Support (BOS) for Facility Investment and Facility Management services at Naval Station Newport (NAVSTA), Newport, Rhode Island. The contractor will provide labor, management, supervision, tools, material, and equipment necessary for various services including Facilities Support Services, Facility Planning and Asset Management Services, and Base Support Vehicles and Equipment. The contract will be a combination Firm-Fixed Price/Indefinite Quantity type and will be awarded to the best value offeror using tradeoff analysis. The contract will have a base period with four one-year option periods, not exceeding sixty months. The estimated proposal due date is at least 30 days after the RFP is posted on or about January 24, 2019. Contractors must register in the System for Award Management (SAM) database to be eligible for award.
    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.
    Pest Control Support Services @ NWS Earle
    Active
    Dept Of Defense
    The Department of Defense, through NAVFACSYSCOM 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 procurement is vital for maintaining a safe and healthy environment at military installations, emphasizing the importance of effective pest management practices. Interested small businesses must submit their proposals by September 30, 2024, with inquiries directed to Jessica Mercurio at jessica.a.mercurio.civ@us.navy.mil or Joseph Henrius at joseph.p.henrius.civ@us.navy.mil.
    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.
    Architectural and Engineering Services for IBO Long Range Planning
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Weapons Division (NAWCWD), is seeking qualified architect-engineering firms to provide long-range planning and infrastructure planning engineering services at Naval Air Weapons Station China Lake and Naval Base Ventura County, including Point Mugu and San Nicolas Island. The objective is to support military construction projects, major repair projects, and recapitalization efforts by delivering engineering subject matter expertise, coordinating with stakeholders, and assisting in project design across various engineering disciplines. This procurement is crucial for enhancing the operational readiness and sustainability of military infrastructure, with interested businesses required to submit a Market Research Questionnaire by 10:00 AM PST on September 25, 2024, to the Contract Specialist, Theresa Lee, at seunghwa.t.lee.civ@us.navy.mil.