Regional Base Operations Support Services Consolidation Washington Navy Yard, D.C and Outlying Areas in states of MD and VA
ID: N4008024R0005Type: Solicitation
Overview

Buyer

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

NAICS

Facilities Support Services (561210)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Nov 18, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 17, 2025, 12:00 AM UTC
  3. 3
    Due Jan 27, 2025, 10:00 PM UTC
Description

The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is soliciting proposals for a Regional Base Operations Support Services Consolidation contract at the Washington Navy Yard and surrounding areas in Maryland and Virginia. The procurement aims to establish a single Indefinite Delivery/Indefinite Quantity (IDIQ) contract that encompasses both recurring and non-recurring facilities support services, including Facility Investment, Pest Control, Integrated Solid Waste Management, and Utilities Management, with a contract duration of up to 102 months. This contract is critical for maintaining operational efficiency and support at Naval District Washington facilities. Interested small businesses are encouraged to reach out to the primary contact, Ariez Thompson, at ariez.n.thompson.civ@us.navy.mil or by phone at 202-746-9881, or the secondary contact, Sehla Khan, at sehla.khan.civ@us.navy.mil or 202-716-4769, for further details regarding the solicitation.

Files
No associated files provided.
Similar Opportunities
Base Operations Support Services For NSA Annapolis and US Naval Academy, Annapolis, Maryland
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Atlantic, is seeking small and socio-economic businesses to provide Base Operations Support (BOS) Services for the Naval Support Activity Annapolis and the U.S. Naval Academy in Maryland. The anticipated contract, valued at approximately $30 million annually, will encompass a range of services including facility management, pest control, waste management, utilities management, and support for special events, with a potential duration of up to 102 months including option periods. This initiative is crucial for maintaining operational efficiency and compliance with federal standards at the facilities. Interested vendors must submit Statements of Capabilities and complete a Sources Sought Questionnaire by April 21, 2025, and can contact Jamie Oyelowo at jamie.l.oyelowo.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil for further information.
Custodial Services at Naval Station Norfolk, Norfolk, Virginia
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), is seeking qualified small business contractors to provide custodial services at Naval Station Norfolk, Virginia. The anticipated procurement will be structured as a Firm-Fixed Price/Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a maximum duration of 60 months and an expected annual value of at least $3 million. This opportunity is crucial for maintaining cleanliness and operational readiness at the facility, encompassing tasks such as waste management, floor care, and restroom sanitation. Interested parties, including Small Disadvantaged, Women-Owned, Service-Disabled Veteran-Owned, HUBZone, and 8(a) certified firms, must submit a capabilities package by April 22, 2025, to Shayna Martin at shayna.n.martin2.civ@us.navy.mil, detailing their relevant experience and operational capabilities.
Roofing Multiple Award Construction Contract
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Northwest, is soliciting proposals for a Roofing Multiple Award Construction Contract (MACC) focused on roofing construction, repair, and alteration of naval facilities across several states, primarily in Washington. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract is exclusively set aside for small businesses, with a NAICS code of 238160 and a small business size standard of $19 million. The work will encompass various naval facilities within the NAVFAC Northwest Area of Responsibility, which includes Washington, Oregon, Idaho, Montana, Alaska, Iowa, Minnesota, North Dakota, South Dakota, Nebraska, and Wyoming. Interested contractors can reach out to Nancy Coffee at nancy.m.coffee.civ@us.navy.mil or Jodus Hortin at jodus.d.hortin.civ@us.navy.mil for further details.
Multiple Award Construction Contract (MACC) - Large Scale Military Projects
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFACSYSCOM), is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects primarily in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract will encompass general construction activities, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The projects will support various military facilities and infrastructure, emphasizing the importance of compliance with federal guidelines and small business participation. Interested contractors must submit their proposals by April 29, 2025, and can direct inquiries to Molly Lawson at molly.lawson@navy.mil or Vivienne Moore at vivienne.e.moore.civ@us.navy.mil for further information.
Z--Kings Bay Base Operations Support (BOS) I Services
Buyer not available
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.
Ft. Walker Sanitation Services
Buyer not available
The Department of Defense, through the Naval Special Warfare Command (NSWC), is seeking qualified small businesses to provide quarterly sanitation services at Fort Walker, Virginia. The procurement aims to establish a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, under which Firm Fixed Price (FFP) Task Orders will be issued, with an estimated minimum contract value of $2,000 and a maximum value of $75,000. This service is crucial for maintaining hygiene and sanitation standards at the facility, and the acquisition will be conducted in accordance with the Federal Acquisition Regulation (FAR) guidelines, specifically utilizing a 100% small business set-aside. Interested parties can reach out to Ava Groll at ava.s.groll.civ@socom.mil or Meredith Howes at meredith.howes.2@socom.mil for further information.
Marine Corps Base Camp Pendleton (MCBCP) Base Operations Support Contract (BOSC)
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Southwest, is soliciting proposals for the Marine Corps Base Camp Pendleton Base Operations Support Contract (BOSC). This contract aims to provide comprehensive facilities support services, including housekeeping and operations support, under a Total Small Business Set-Aside designation. The services are critical for maintaining operational readiness and ensuring the effective functioning of the base's facilities. Interested small businesses should note that the proposal due date has been extended, and they can reach out to Courtney Severino at courtney.w.severino.civ@us.navy.mil or 619-705-5473, or Abigail Ferdon at abigail.c.ferdon.civ@us.navy.mil or 619-705-4935 for further information.
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 soliciting proposals for a Regional Job Order Contract (JOC) focused on general construction projects. This procurement aims to award a single Indefinite Delivery Indefinite Quantity (IDIQ) contract to an eligible 8(a) firm, which will provide labor, materials, equipment, and supervision for minor construction, repairs, rehabilitations, demolitions, or alterations at various installations within the NAVFAC Northwest Area of Responsibility. The contract will utilize the Lowest Price Technically Acceptable (LPTA) source selection process to ensure the best value for the government. Interested firms must submit their proposals in accordance with the Request for Proposal (RFP) guidelines, and for further inquiries, they can contact Cynthia Elmstrom at cynthia.m.elmstrom.civ@us.navy.mil or Carter Wilson at carter.a.wilson7.civ@us.navy.mil. The solicitation is set aside exclusively for 8(a) firms under NAICS code 236220, with amendments issued on March 6, 2025, March 13, 2025, and March 25, 2025.
P158 BACHELOR ENLISTED QUARTERS AND SUPPORT FACILITY, MARINE BARRACKS WASHINGTON, DC AMENDMENT P00001
Buyer not available
The Department of Defense, through the Naval Facilities Systems Command, is soliciting proposals for the P158 Bachelor Enlisted Quarters and Support Facility project at Marine Barracks in Washington, D.C. This large-scale construction initiative, designated as N40080-25-R-7071, involves the development of a multi-rise, mixed-use facility that will include Unaccompanied Enlisted Housing, a dining hall, and a fitness center, with a budget ranging from $100 million to $250 million and a completion timeline of 979 days from the Notice to Proceed. The project is critical for enhancing living conditions for enlisted personnel and will be awarded to selected contractors from a list of MACC holders, with electronic submissions due by February 25, 2025. Interested parties should direct inquiries to Lindsay Brown or Damila Adams, and a pre-proposal conference is scheduled for January 29, 2025, emphasizing the need for compliance with wage determinations and bonding requirements throughout the project lifecycle.
Environmental Restoration Architect Engineering IDIQ
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Northwest (NAVFAC NW), is seeking qualified small business firms to provide Environmental Restoration Architect-Engineer (AE) services under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This procurement aims to address environmental projects primarily in Washington and Alaska, with potential work extending to Oregon, Idaho, Montana, and Wyoming, emphasizing the government's commitment to effective environmental management across military installations. The contract has a total fee not exceeding $45 million and spans a base period of 24 months with options extending to a maximum of 66 months. Interested firms must submit a completed SF-330 package electronically by April 28, 2025, and can direct inquiries to Solomon Ocansey at solomon.a.ocansey.civ@us.navy.mil or Kimberly Gillette at kimberly.a.gillette4.civ@us.navy.mil for further information.