P683 AIRCRAFT ENGINE REPAIR FACILITY, NAVAL AIR STATION(NAS), JACKSONVILLE, FLORIDA
ID: N6945026R0005Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM SOUTHEASTNAS JACKSONVILLE, FL, 32212-0030, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command Southeast (NAVFAC SE), is seeking qualified contractors for the design and construction of the P683 Aircraft Engine Repair Facility at Naval Air Station (NAS) Jacksonville, Florida. This project involves the construction of a new approximately 300,000 gross-square-foot engine repair facility, along with a 20,000 gross-square-foot support and administration area, and a 300,000 gross-square-foot parking structure, aimed at supporting the Fleet Readiness Center operations for the Joint Strike Fighter (JSF) engine. The anticipated contract value is between $250 million and $500 million, with a firm-fixed price contract expected to be awarded in September 2026. Interested parties must submit their capability statements by October 24, 2025, to Cynthia McMonigle and Lindsay Betteridge via email, ensuring compliance with the specified requirements.

    Files
    No associated files provided.
    Similar Opportunities
    N4008525R0148 - P475 Aircraft Maintenance Hangar, MCAS Beaufort, SC
    Buyer not available
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is seeking contractors for the construction of a P475 Aircraft Maintenance Hangar at Marine Corps Air Station Beaufort, South Carolina. This project involves a Design-Bid-Build (DBB) approach to create a multi-story facility featuring precast concrete panels, metal panel construction, and various operational spaces including high bay, crew, and administrative areas. The contract, valued between $100 million and $250 million, is expected to be awarded by September 2026, with a completion timeline of approximately 1280 calendar days post-award. Interested contractors must register in the System for Award Management (SAM) and can direct inquiries to Amber Stovall at amber.k.stovall.civ@us.navy.mil or 757-341-0146.
    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.
    Base Operations Support (BOS) Services at Naval Air Station (NAS) Jacksonville, FL and Outlying Areas
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast (NAVFAC Southeast), is soliciting proposals for Base Operations Support (BOS) Services at Naval Air Station (NAS) Jacksonville, Florida, and its outlying areas. The procurement encompasses a wide range of services including facility management, utilities management, environmental services, and transportation, structured as a performance-based indefinite-quantity contract with a total duration of up to eight years, comprising one base year and seven option years. This contract is crucial for maintaining operational readiness and efficiency at the naval installation, ensuring compliance with various environmental and safety regulations. Interested small business concerns must submit their proposals by January 15, 2026, and can direct inquiries to Courtney Peterson at courtney.j.peterson3.civ@us.navy.mil or by phone at 904-860-5758.
    P215 Joint Interagency Task Force - S
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking contractors for a Design-Bid-Build (DBB) fixed-price construction contract for the P215 Joint Interagency Task Force – South Command and Control Facility in Key West, Florida. The project involves constructing a five-story facility that includes specialized spaces such as a Sensitive Compartmented Information Facility (SCIF), Operations Center, and Network Operations Center, along with robust mechanical and electrical systems designed to withstand Category 5 hurricane conditions. This procurement is significant for enhancing operational capabilities and security for the JIATF-S, with a project magnitude estimated between $250 million and $500 million. Interested contractors must ensure they are registered with the System for Award Management (SAM) and are encouraged to contact Sheila Borges or Lindsay Betteridge for further information, with proposals due no earlier than 30 days after the solicitation is released, which will be available on Sam.gov.
    Force Protection Services at Fleet Logistics Center Jacksonville, Heckscher Fuel Terminal and DLA Distribution at NAS Jacksonville, FL
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking proposals for Force Protection Services at the Fleet Logistics Center Jacksonville Heckscher Fuel Terminal and DLA Distribution at NAS Jacksonville, Florida. The procurement involves comprehensive guard operations, including labor, supervision, management, and necessary equipment, under a performance-based contract structure. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a total contract performance period anticipated to be five years, including a base year and four option years. Interested parties should contact Stephanie Menciano at stephanie.s.menciano.civ@us.navy.mil or 904-542-6953 for further details, and the solicitation is expected to be issued on or after December 10, 2025.
    P1360 Joint Maritime Facility, Newfoundland, Canada
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic, is preparing to issue a Request for Proposal (RFP) for the construction of the P1360 Joint Maritime Facility in Newfoundland, Canada. This project entails a Design-Bid-Build, Firm Fixed Price contract for a low-rise communication facility, which will include administrative, maintenance, and storage areas, as well as a communication vault and emergency power systems, while also involving the demolition of two existing buildings. The estimated project cost ranges from $25 million to $100 million, with a construction duration of approximately 550 days, and evaluations will focus on construction experience, technical solutions, safety, and past performance. Interested contractors should note that the RFP is expected to be released around December 22, 2025, and must be registered in SAM to submit proposals; for further inquiries, they can contact Stacy Mitchell or Kathleen Delashmitt via their provided emails.
    FRCE: Site Prep for Ultrasonic Degreaser B133
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking qualified small businesses for the preparation and installation of an ultrasonic degreaser system at the Fleet Readiness Center East (FRCE) in Havelock, North Carolina. The project involves the installation of an ultrasonic cleaning system and supporting chiller, along with necessary concrete demolition, new concrete work, electrical and plumbing utilities, and roof modifications. This procurement is crucial for enhancing maintenance capabilities and is estimated to have a contract value between $1 million and $5 million, with a total contract duration of 380 days. Interested small businesses must submit their qualifications and evidence of capability by December 8, 2025, to Sarah Maready at sarah.a.shugart.civ@us.navy.mil.
    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.
    Base Operations Support (BOS) Services at Naval Station (NS) Mayport, Florida; Marine Corps Support Facility – Blount Island (MSF – BI) Jacksonville, Florida; and the outlying areas supported by these commands
    Buyer not available
    The Department of Defense, through NAVFAC SYSCOM Southeast, is soliciting proposals for Base Operations Support (BOS) Services at Naval Station Mayport and Marine Corps Support Facility – Blount Island in Jacksonville, Florida. The contract encompasses a wide range of services including port operations, facility management, custodial services, pest control, utilities management, and environmental services, with a performance-based approach emphasizing quality and efficiency. This indefinite-quantity contract is expected to have a base period of one year with seven additional one-year options, totaling up to eight years, and will be awarded based on the best value to the government, considering both technical and price proposals. Interested contractors should submit their proposals by December 16, 2025, and direct any inquiries to Courtney Peterson at courtney.j.peterson3.civ@us.navy.mil or Cari Fiebach at cari.l.fiebach.civ@us.navy.mil.
    Redacted Justification and Approval for Rolls-Royce OEM
    Buyer not available
    The Department of Defense, specifically the Southeast Regional Maintenance Center of the Department of the Navy, is seeking to procure services related to the Redacted Justification and Approval for Rolls-Royce OEM. This procurement involves non-nuclear ship repair services, which are critical for maintaining the operational readiness of naval vessels. The opportunity is based in Jacksonville, Florida, and interested parties can reach out to H. Leigh Anderson at heidi.anderson@navy.mil or by phone at 904-607-1010 for further details. Additionally, Christopher C. O'Connor is available for inquiries at chris.oconnor1@navy.mil or 904-275-0512.