Marine Corps Base Camp Lejeune, North Carolina Life Support Activities in support of UNITAS 25
ID: M67001-25-Q-M025Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING GENERALCAMP LEJEUNE, NC, 28542-0004, USA

NAICS

Facilities Support Services (561210)

PSC

LEASE OR RENTAL OF EQUIPMENT- TOILETRIES (W085)

Set Aside

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

    The Department of Defense, through the Commanding General of the Department of the Navy, is soliciting quotations for Life Support Activities in support of the UNITAS 25 initiative at Marine Corps Base Camp Lejeune, North Carolina, under solicitation number M67001-25-Q-M025. The procurement is specifically set aside for small businesses, requiring the provision of essential services such as man tents, mobile shower units, self-service laundry, and floodlights, with a focus on accommodating up to 1,000 personnel over a 21-day period. This initiative is critical for ensuring adequate temporary housing and sanitation solutions for military personnel during multinational maritime exercises, emphasizing operational efficiency and compliance with federal contracting standards. Interested offerors must submit their quotes via email to the designated contacts by the specified deadline, ensuring all line items are included in their pricing submissions to avoid non-responsiveness.

    Files
    Title
    Posted
    The Marine Corps Base Camp Lejeune is soliciting quotations for Life Support Activities as part of the UNITAS 25 initiative, under solicitation number M67001-25-Q-M025. The procurement is set aside for small businesses, following NAICS code 561210, with a size standard of $47 million. The contract will be awarded based solely on pricing, and potential offerors must submit competitive quotes via email, ensuring all line items are priced collectively. A written notice of award will constitute a binding contract. Offerors must be registered in the System for Award Management (SAM) and provide necessary details, such as Unique Entity ID and Cage Code. The requirement includes items like man tents, mobile shower units, self-service laundry, and flood lights. All quotes must be submitted in the required pricing workbook, and any missing line items will render the submission non-responsive. Additional clauses from FAR and DFAR regulations regarding compliance, telecommunications equipment, and certifications apply to this solicitation, emphasizing the importance of adherence to federal contracting standards and obligations. This document serves to outline the requirements for interested contractors to facilitate efficient and compliant bidding for essential life support services at Camp Lejeune.
    The UNITAS 2025 Basic Life Support performance work statement outlines the necessary support services for the multinational maritime exercise, UNITAS, at Camp Lejeune, Stone Bay, and MCAS Cherry Point. This includes provisions for five 200-man tents, 22 floodlights, mobile shower units, mobile laundry units, water delivery, and grey water removal over a 21-day period. Key performance requirements include 24/7 maintenance support for equipment, complete set-up and teardown, thorough site clean-up, and the coordination of water supply and grey water removal, adhering to environmental protocols. The contractor must manage shower facilities to support up to 500 people and laundry services efficiently, ensuring accountability for items and high cleaning standards. Specific locations, operational timelines, and requirements for floodlights and shower facilities are detailed, emphasizing the need for immediate response to equipment failures. Access instructions for contractors to military installations are also provided, necessitating proper registration and adherence to safety regulations. Overall, this document represents a detailed RFP aimed at securing essential logistical support for a critical defense exercise, with a clear focus on operational efficiency and compliance.
    The document outlines a Request for Proposal (RFP) for essential services, specifying multiple Contract Line Item Numbers (CLINs) aimed at supporting a temporary facility for large groups. The contractor is required to provide five tents to accommodate 200 sleeping individuals (CLIN 0001), as well as facilities to manage daily showers for 500 people over three days (CLIN 0002) and handle 500 laundry loads in a single day (CLIN 0003). Additionally, a 24-hour turnaround laundry service for 180 people is mandated for four days (CLIN 0004), alongside the provision of at least 22 floodlights (CLIN 0005). Vendors must submit quantities required for CLINs 0002-0005 based on the Statement of Requirements (SOR) while including corresponding unit pricing. The RFP indicates a commitment to provide logistics for large-scale events and emphasizes the importance of capacity and efficiency for various essential services during specified operational days.
    The document outlines specific requirements and clarifications related to a federal RFP concerning temporary facilities at two locations, LZ Falcon and FOB Hawk. Key components include the provision of shower facilities for 500 individuals, with a clarified requirement of a 20:1 shower head ratio. Each person will receive 40 RSF allocated for sleeping space. Laundry services have defined drop-off and pick-up times, with an emphasis on operating windows from 0600-2200. The proposal details the need for five 200-man tents to accommodate a total of 1,000 personnel without additional requirements for climate control, flooring, or life-saving equipment, although separate showers for females are encouraged. The document underscores the necessity for fresh water and highlights logistical considerations for truck access to service the facilities, ensuring operational efficiency and compliance with safety standards. Overall, the project reflects the government’s initiative to provide adequate temporary housing and sanitation solutions for personnel while maintaining a focus on feasibility and safety.
    Lifecycle
    Similar Opportunities
    Fresh Water & Septic Service - Portable Restroom Trailers
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for fresh water and septic services for portable restroom trailers located in Indian Head, Maryland. The procurement involves providing weekly septic tank services for two 500-gallon black water tanks and delivering non-potable water to replenish 275-gallon tanks at the same sites, with a base performance period of 365 days and four optional years. These services are critical for maintaining sanitation and hygiene at temporary restroom facilities, ensuring compliance with safety and health regulations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000, and can direct inquiries to Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    P1556 10th Marines Maintenance and Operations Complex, Marine Corps Base (MCB) Camp Lejeune, North Carolina
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the Design-Bid-Build project P1556, which involves the construction of the 10th Marines Maintenance and Operations Complex at Marine Corps Base Camp Lejeune, North Carolina. This project encompasses the construction of multiple buildings, including warehouses, maintenance shops, and covered storage areas, with an estimated construction cost ranging from $25 million to $100 million. The complex is critical for supporting the operational needs of the 1st and 2nd Battalions, 10th Marines, ensuring they have the necessary facilities for maintenance and operations. Proposals are due by January 8, 2026, and must demonstrate relevant corporate experience, a comprehensive management approach, and a commitment to at least 20% small business participation. Interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or by phone at 757-341-1999 for further information.
    NBG Security Department_Portable Toilets_GUAM
    Buyer not available
    The Department of Defense, through the Naval Supply Fleet Logistics Center Yokosuka, is soliciting quotes for the provision of portable toilets for the Naval Base Guam Security Department. The contract requires the delivery and servicing of 12 deluxe portable toilets, including regular cleaning, sanitizing, and replenishing supplies, with a base performance period from December 17, 2025, to December 16, 2026, and four optional one-year extensions through December 16, 2030. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested small businesses must submit their quotations by December 11, 2025, to the designated contract specialists, with further details available in the solicitation documents.
    N62473-18-D-5860/N6247323F4441 EMERGENCY UTILITY RELOCATION, BASILONE ROAD AT MARINE CORP BASE (MCB), CAMP PENDLETON, CA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is seeking contractors for the Emergency Utility Relocation project at Basilone Road, Marine Corps Base Camp Pendleton, California. This procurement involves the repair or alteration of sewage and waste facilities, which is critical for maintaining operational readiness and infrastructure integrity at the base. Interested parties can reach out to Marcus J. Madero at marcus.j.madero@navy.mil or by phone at 760-725-8228 for further details regarding the contract, which is part of the ongoing efforts to enhance utility services at military installations. The project is identified under contract number N62473-18-D-5860/N6247323F4441.
    20--MODIFICATION KIT,SH
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of a Modification Kit (NSN 2010017159072) specifically designed for ship and marine equipment. The requirement includes a quantity of three kits to be delivered to DLA Distribution San Joaquin within 161 days after order placement. This procurement is crucial for maintaining operational readiness and ensuring the functionality of marine equipment used by the military. Interested small businesses are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    NAVAIR Mobile Facilities Procurement
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division at Joint Base MDL, NJ, is seeking proposals for the procurement of Mobile Facilities (MF) under presolicitation notice N68335-26-R-0354. The contract will involve the production and delivery of mobile habitable shelters, specifically designed to support Marine Corps avionics testing in austere environments, with dimensions of eight feet wide by 20 feet long by eight feet high. The government plans to acquire six types of MFs and conduct First Article Testing based on government drawing 1339AS, utilizing a best value approach for evaluation based on technical capabilities, past performance, and pricing. Interested vendors must submit proposals electronically via the Procurement Integrated Enterprise Environment and ensure registration in the System for Award Management (SAM) database prior to award consideration. For further inquiries, contact Daniel Webster at Daniel.g.webster2.civ@us.navy.mil or Kieran Connolly at kieran.m.connolly2.civ@us.navy.mil.
    (W16) Brand Name Mandatory for Procure EDS system
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking quotes for the procurement of a Brand Name U.S. Navy ZUMRO Erectable Decontamination System (EDS) and associated components. This procurement aims to acquire a system that includes a ship interface, water distribution system, and wheeled storage, which are critical for decontamination operations. The contract will be awarded based on a lowest price technically acceptable (LPTA) evaluation, with a total budget not to exceed $350,000. Interested vendors must submit their quotes by January 5, 2026, to the designated contacts, Latrice Whitfield and Marlene Ridgell, via the provided email addresses.
    62--FIXTURE,LIGHTING
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of lighting fixtures, specifically the NSN 6210014444989, with a requirement for 30 units to be delivered to Camp Lemonnier, Djibouti. This solicitation is a Total Small Business Set-Aside, aimed at sourcing residential electric lighting fixtures, which are critical for operational readiness and facility management in military installations. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all submissions should be directed to the buyer listed in the solicitation document. For inquiries, potential bidders can reach out via email at DibbsBSM@dla.mil, with the deadline for quotes being five days after the award date.
    MFR Wash Rack Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W074 Endist Charleston office, is seeking qualified contractors to provide maintenance and upgrade services for vehicle wash systems at Marine Corps Reserve Centers across the continental United States. The procurement involves planned maintenance, inspection, repair, and remote monitoring of approximately forty reclaim wash systems and eight pass-through wash systems, as well as upgrading delinquent systems. These services are crucial for maintaining operational readiness and environmental compliance at military facilities. Interested small businesses are encouraged to reach out to Bianca James Gaddison at Bianca.M.JamesGaddison@usace.army.mil or call 504-240-8923, or contact Walter Gordon at walter.l.gordon@usace.army.mil or 843-329-8157 for further details. This opportunity is set aside for small businesses under the SBA guidelines.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services at Marine Corps Installations (MCI) East, covering North and South Carolina. The procurement aims to award approximately five Firm Fixed Price (FFP) contracts, with a total estimated construction cost not exceeding $975 million over five years, focusing on projects ranging from $25 million to $150 million, including the initial seed project, the P-1538 SOF Armory at Camp Lejeune, NC. This initiative is critical for enhancing military infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by 2:00 PM local time on September 23, 2025, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.