Facility Maintenance Management and Services
ID: N3943025R3430Type: Sources Sought
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)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking market capabilities for Facility Maintenance Management and Services. The anticipated procurement involves an Indefinite Delivery Indefinite Quantity Contract valued at approximately $250 million over a potential 90-month period, which includes one base year and six option years, covering a range of operational areas such as Command and Staff, Public Safety, Air Operations, Port Operations, Supply, and Facilities Support. This Sources Sought Notice is intended for preliminary market research to inform future solicitations, and interested firms are encouraged to complete a Market Research Questionnaire by February 25, 2025. For further inquiries, interested parties may contact Maureen Pierre-DeMarco at maureen.pierre-demarco.civ@us.navy.mil or Christopher Jennen at christopher.j.jennen.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Navy, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), has issued a Sources Sought Notice to gauge market capabilities for providing Facility Maintenance Management and Services. The anticipated contract type is an Indefinite Delivery Indefinite Quantity Contract, composed of Non-Recurring Services, with a total estimated value of $250 million over a potential 90-month period, including one base year and six option years. The services to be provided span various operational areas, including Command and Staff, Public Safety, Air Operations, Port Operations, Supply, and Facilities Support, among others. Interested firms are encouraged to complete a Market Research Questionnaire by February 25, 2025, to express their capabilities. This notice serves as preliminary research rather than a solicitation, and responses will assist in tailoring future solicitations by the Government. Confidentiality and lack of obligation for feedback are emphasized.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR FACILITIES MANAGEMENT AND SUSTAINMENT SUPPORT PREDOMINANTLY IN THE NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND ATLANTIC AREA OF OPERATIONS, BUT ALSO WORLDWIDE.
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Atlantic (NAVFACSYSCOM ATLANTIC), is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on facilities management and sustainment support. The contract, estimated at $90 million over a five-year period, will involve key tasks such as facility assessments, engineering studies, and maintenance planning to support the Navy’s Sustainment, Restoration, and Modernization (SRM) Program. This procurement is crucial for enhancing infrastructure management capabilities within the NAVFAC Atlantic area and beyond, promoting competition among firms while ensuring compliance with small business subcontracting goals. Interested parties must submit their responses electronically by March 27, 2025, and can direct inquiries to Star Hanchey at star.m.hanchey.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil.
    Professional Services to support the Navy's Public Works Directorate work within the Naval Facilities Engineering Systems Command's (NAVFAC) Atlantic and Pacific (CONUS and OCONUS, WORLDWIDE) Area of Operations
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is seeking proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide professional services supporting the Navy's Public Works Directorate across its Atlantic and Pacific areas of operations. The contract aims to enhance utility management, energy conservation, and operational efficiency at Navy installations worldwide, requiring contractors to demonstrate substantial expertise in managing electric, civil, and mechanical utility systems. With an estimated maximum value of $90 million, the contract includes a base period of 12 months and four optional 12-month extensions, with proposals due by February 24, 2025. Interested parties can contact Jamie Oyelowo at jamie.l.oyelowo.civ@us.navy.mil or Weston Polen at weston.c.polen.civ@us.navy.mil for further details.
    REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT (SS) – Construction MAC
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking qualified contractors for a Request for Information (RFI) and Sources Sought (SS) related to a Construction Multiple-Award Indefinite-Delivery, Indefinite-Quantity (CONMAC) contract. This procurement aims to address multiple construction projects at NSWC Crane and the Lake Glendora Test Facility, focusing on facility Sustainment, Restoration, and Modernization (SRM), including construction management, engineering oversight, and various construction tasks such as renovations and energy efficiency upgrades. The anticipated contract, valued at up to $48.7 million over a five-year period, will be awarded based on technical and past performance evaluations, with a minimum task order value of $500. Interested parties should direct inquiries to Mr. Aaron Hohl at aaron.m.hohl.civ@us.navy.mil, with proposals due by February 17, 2025.
    Multiple Services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for multiple services at Marine Corps Base Camp Lejeune, North Carolina. This procurement encompasses a range of facilities support services, including maintenance and management tasks, structured under a combination Firm-Fixed Price and Indefinite Delivery Indefinite Quantity (IDIQ) contract format, with a base period of one year and four optional years. The initiative is a total small business set-aside, emphasizing the government's commitment to engaging small businesses in fulfilling its operational requirements. Interested contractors must submit their proposals by 2:30 PM EST on March 10, 2025, to Donna Mason at NAVFAC MIDLANT ROICC, and are encouraged to participate in a site visit scheduled for February 13, 2025, to better understand the scope of work involved.
    Facility Investment Services for NAVSTA Newport Complex Area, facilities, and installed equipment and systems at Naval Station Newport, Newport Rhode Island.
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for Facility Investment Services at the Naval Station Newport complex in Rhode Island. The procurement aims to enhance the management and maintenance of facilities, installed equipment, and systems, ensuring compliance with federal standards and operational efficiency. This contract, which is a total small business set-aside, emphasizes the importance of effective facility management in supporting military readiness and safety. Proposals are due by October 24, 2024, and interested parties can direct inquiries to Brittany Swan at brittany.t.swan.civ@us.navy.mil or Melinda Robinson at melinda.l.robinson@navy.mil.
    Pre-Solicitation Notice - Navy Maritime Maintenance Enterprise Solution Program Support
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, intends to negotiate a sole-source contract for the Navy Maritime Maintenance Enterprise Solution (NMMES) program support with Imagine One Technology & Management, LTD. The procurement aims to provide uninterrupted engineering support in areas such as IT life cycle planning, operations, sustainment, documentation, program management, and training, ensuring the successful development and operation of the NMMES program. This initiative is critical for enhancing shore-based ship maintenance and logistics systems, aligning with Navy operational requirements and facilitating effective lifecycle management. The anticipated contract will have a base performance period from April 1, 2025, to August 25, 2025, with an option period extending to December 22, 2025. Interested parties can contact Thomas K. Chong at thomas.k.chong.civ@us.navy.mil or Jaymee S. Jiao at jaymee.s.jiao.civ@us.navy.mil for further information.
    F--099 All Other Professional, Scientific, and Technical Service
    Buyer not available
    Presolicitation notice from the Department of Defense, specifically the Department of the Navy, for natural resource services at various locations within Naval Facilities Engineering Command, Southwest's area of responsibility. The services include biomonitoring, inventorying, surveying, mapping, and related technical data and reports in compliance with applicable Department of Defense, Department of Navy, and federal, state, and local statutes and regulations. The procurement is a 100% Small Business set-aside with the intent to award no more than four Firm-Fixed Price, multiple award contracts. The contracts will be for a two-year base period and a three-year option period, with a minimum guarantee of $5,000. The aggregate value of task orders issued under the contracts will not exceed $30,000,000. The solicitation will be available electronically and the issue date is expected to be on or about March 19, 2019, with a closing date for receipt of proposals on April 18, 2019. The primary contact for this solicitation is Penny Brown, Contract Specialist.
    MARINE AND BIOLOGICAL RESOURCES MONITORING AND PROGRAM MGMT SVCS at Various Locations - Naval Facilities Engineering Commands Atlantic and Pacific area of Responsibility Worldwide
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for Marine and Biological Resources Monitoring and Program Management Services across various locations worldwide. The contract, which has a maximum value of $75 million and a duration of up to five years, aims to conduct essential research and monitoring activities on marine species, including marine mammals and sea turtles, to ensure compliance with environmental regulations such as the Marine Mammal Protection Act and the Endangered Species Act. This opportunity underscores the Navy's commitment to environmental stewardship and the importance of thorough data management and reporting in marine resource management. Interested contractors should contact Nicole Smith at 757-322-4649 or via email at Nicole.smith100.civ@us.navy.mil for further details and to submit their proposals.
    Z--Maintenance and Repair Multiple Award Construction Contracts
    Buyer not available
    Presolicitation DEPT OF DEFENSE (DEPT OF THE NAVY) is seeking Maintenance and Repair Multiple Award Construction Contracts primarily at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River, North Carolina and surrounding areas. The contracts will cover a diverse range of general maintenance and repair construction services for small work requirements. These services are typically used to correct or repair situations including structural, mechanical, plumbing, electrical, civil, grounds, road, pavement work, communication systems, new construction, demolition flooring, painting, etc. The estimated project size is between $5,000 - $150,000, but projects of lower or higher value may be issued. The buildings and facilities that require maintenance and repair include administrative, industrial, warehouses, maintenance, communications, schools/training/education, personnel support, recreational, food services, training areas/ranges, roads, systems, utility infrastructure, etc. The work will primarily be performed at Marine Corps Base Camp Lejeune, with the possibility of work in other areas within NAVFAC Mid-Atlantic's AORs. This procurement is a 100 percent small business set-aside and will utilize FAR Part 15 Contracting by Negotiation. The contract term will be a base period of one year plus four option years. The completion date for the seed project is 120 days after award. Interested offerors can view and download the solicitation and any attachments at https://www.neco.navy.mil/ when it becomes available. Offerors are required to submit a bid bond of $3,000,000/20% of the amount for Davis Bacon Act (DBA) work. This procurement was set aside for small businesses based on market research analysis and the concurrence of the NAVFAC Mid-Atlantic small business office.
    Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Responsibility (AOR) to include Washington DC (DC), Virginia (VA), and Maryland (MD)
    Buyer not available
    The Department of Defense, through the Department of the Navy, is issuing a Special Notice for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Responsibility, which includes Washington D.C., Virginia, and Maryland. This procurement aims to engage contractors for large-scale construction projects, with a maximum contract value of $8 billion, structured over a two-year base period and up to two additional three-year option periods. The selected contractors will be responsible for various construction tasks, including the design and construction of an Aircraft Development and Maintenance Facility at Naval Air Station Patuxent River, MD, emphasizing the importance of quality proposals that demonstrate management capabilities, corporate experience, and small business participation. Interested parties can contact Molly Lawson at molly.e.lawson.civ@us.navy.mil or call 202-716-5845 for further details and to access project drawings and specifications.