L--Global Business Support (GBS)
ID: N0024413R0047Type: Special Notice
Overview

PSC

TECHNICAL REPRESENTATIVE SVCS. (L)
Timeline
    Description

    Special Notice: NAVSUP Fleet Logistics Center (FLC) San Diego, Port Hueneme Site, CA is seeking offers for Global Business Support (GBS) Multiple Award Contract (MAC) on-ramping opportunity. This opportunity aims to add additional vendors for support in Area I-Hawaii and Guam. The GBS MAC program provides non-personal contract labor support in various functional areas such as Administrative Support, Quarters Management Services, Healthcare Services (Except Doctors, Nurses or Physician Assistants), Information Technology, and more. The government intends to award Indefinite Delivery, Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) contracts. This procurement is a 100% Small Business Set Aside. Interested parties can download the solicitation and subsequent amendments at http://www.neco.navy.mil or http://www.fedbizopps.gov. The NAICS code applicable to this procurement is 561210. Proposals must be submitted electronically by the specified closing date and time.

    Point(s) of Contact
    Nancy Landeros 805-982-2189 POC email
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    R--7TH FLEET AREA OF OPERATIONS (AO) REGION 2 HUSBANDING SUPPORT SERVICES, MULTIPLE AWARD CONTRACTS (MAC) REQUIREMENT
    Buyer not available
    Presolicitation Department of Defense is seeking support services for the 7th Fleet Area of Operations (AO) Region 2. The services are intended for United States Ships (USS) and United States Naval Ships (USNS) visiting commercial and military ports in Region 2 countries. The procurement will be conducted through multiple-award indefinite-delivery, indefinite-quantity (IDIQ) contracts. The contracts will have an ordering/performance period of 18 months. The solicitation is expected to be issued around September 15, 2017, and will be available for download on the Asia Navy Electronic Business Opportunities (AsiaNECO) and Federal Business Opportunities (FEDBIZOPPS) websites. Offerors must be registered in the System for Award Management (SAM) database to be eligible for award. The point of contact for this requirement is Mr. James Sinclair.
    M--Operation of Government-Owned Facilities
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Base Operations Support (BOS) Services for Joint Region Marianas (JRM), Guam. Guam plays a key role in providing logistic and mission support to the operating forces for all U.S. military forces deployed in the Western Pacific. BOS Services are essential to military operations and facility maintenance on Guam and must be adaptable to JRM's ever-changing operational environment. The contract period of performance is anticipated to consist of a twelve-month base period, six 12-month option periods, and one 12-month option period. The Government intends to award a Cost-Plus-Award-Fee contract. The anticipated procurement is for operations services including General Information, Management and Administration, Port Operations, Ordnance, Facility Management, Facility Investment, Utility Management, Electrical, Wastewater, Steam, Water, and Base Support Vehicles and Equipment. A pre-proposal conference and site visit will be held on Guam. The solicitation will be available in electronic format only on the Federal Business Opportunities (FBO) website and the Navy Electronic Commerce Online (NECO) website. Offerors must be registered in the System for Award Management (SAM) database.
    Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) for Outsourcing Work from Chief of Naval Operations (CNO) Availabilities on Fast Attack Submarines
    Buyer not available
    The Department of Defense, through the Department of the Navy, is issuing a solicitation for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) aimed at outsourcing work from the Chief of Naval Operations (CNO) for availabilities on Fast Attack Submarines. This procurement seeks qualified contractors to provide shipbuilding and repair services, specifically focusing on combat ships and landing vessels, under the NAICS code 336611. The contract is particularly significant as it supports the operational readiness and maintenance of critical naval assets. Interested parties, especially small businesses, are encouraged to reach out to Angel Jaeger at angel.jaeger.civ@us.navy.mil or call 202-826-7081 for further details regarding the partial small business set-aside and submission requirements.
    R--SAFETY SUPPORT SERVICES
    Buyer not available
    Presolicitation notice is prepared by the Department of Defense, specifically the Department of the Navy, for the procurement of Safety Support Services. These services are typically used to provide professional, administrative, and management support in the area of safety. The Naval Supply Systems Command Fleet Logistics Center San Diego (NAVSUP FLCSD) intends to issue a 100% Small Business competitive solicitation for these services. The solicitation will be released on or about September 11, 2019, and interested parties are required to register with the Navy Electronic Commerce Online (NECO) and/or FedBizOpps websites to access the solicitation documents. The procurement is subject to the Total Small Business Set-Aside (FAR 19.5) and the applicable NAICS code is 541990 with a standard size of $15M. Offerors must be registered in the System for Award Management (SAM) website. All communications regarding the procurement must be submitted via email to the Contract Negotiator.
    Commercial Industrial Services (CIS) Hullboard Lagging Services Follow-On, Multiple Award Contract, Indefinite Delivery Indefinite Quantity (MAC-IDIQ)
    Buyer not available
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking proposals for Commercial Industrial Services (CIS) Hullboard Lagging Services under a multiple award indefinite delivery/indefinite quantity (MAC-IDIQ) contract. The objective is to provide management, labor, services, equipment, and materials for the removal, repair, and installation of hullboard lagging and insulation materials on U.S. Navy ships within a 50-mile radius of San Diego, California. This procurement is crucial for maintaining the operational readiness of Navy vessels and will be awarded based on a best-value evaluation considering past performance, technical capabilities, and pricing. Interested small businesses are encouraged to contact Cindy Wong or Alisha Bloor via email for notifications regarding the Request for Proposal (RFP) posting, as this opportunity is set aside for total small business participation.
    NGJ-MB Peculiar Support Equipment (PSE)
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is soliciting proposals for the procurement of NGJ-MB Peculiar Support Equipment (PSE), specifically protective covers and assembly equipment. The contract, designated as a Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ), will span five years and is set aside exclusively for small businesses under the NAICS code 332710, emphasizing local machine shop capabilities. The procurement includes items such as the MB1 and MB2 Protective Covers and the Radome Remove and Replace Assembly, which are critical for maintaining military aircraft standards. Interested vendors must ensure compliance with military specifications, submit offers valid for 180 days post-solicitation, and register in the DoD System for Award Management. For further inquiries, contact Melanie Simon at melanie.k.simon.civ@us.navy.mil.
    Naval Base Ventura County Unaccompanied Housing Laundry Services
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center San Diego, is seeking proposals for laundry services at Naval Base Ventura County (NBVC) to support unaccompanied housing facilities. The contract will cover a range of services including the pick-up, washing, drying, pressing, and folding of government-owned linens, with a base period starting March 1, 2025, and three optional one-year extensions. This initiative underscores the importance of maintaining high-quality service standards for government property, ensuring that linens are processed individually and returned to their respective activities without commingling. Interested vendors must submit written quotes by February 25, 2025, and can direct inquiries to Elisa Allison at elisa.r.allison.civ@us.navy.mil. The contract is set aside for small businesses, with evaluations based on technical capability, past performance, and price.
    Military Sealift Command VERTREP Pacific Detachment B
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking vendors to provide Vertical Replenishment Services (VERTREP) for its Pacific Detachment Bravo (B), primarily based in Guam. The procurement requires a contractor to supply two helicopters, along with qualified personnel and necessary equipment, to support year-round logistical operations for U.S. Navy and partner nation ships globally. This initiative is crucial for maintaining operational readiness and logistical support in various maritime environments, particularly under heightened security conditions. Interested vendors must submit capability statements by March 12, 2025, to Jim Ellis at james.p.ellis54.civ@us.navy.mil, with the NAICS code for this opportunity being 481212 and a size standard of 1,500 employees.
    Y--IDIQ MACC for NS Guantanamo Bay, Cuba
    Buyer not available
    Presolicitation DEPT OF DEFENSE is seeking an indefinite delivery indefinite quantity (IDIQ) multiple award construction contract (MACC) for general construction work at Naval Station Guantanamo Bay, Cuba. The contract will include new construction, renovation, alteration, demolition, and repair work for various types of buildings and facilities. The total value of all contracts to be awarded is $240,000,000 maximum over the base year and all four option periods combined. Task orders will range from $150,000 to $15,000,000 per order. The source selection method is a best value continuum process in a negotiated two-phase acquisition. Interested firms with specialized experience and qualifications are invited to participate. The solicitation will be available for download from Federal Business Opportunities (FedBizOpps) website. Offerors must be registered with the System for Award Management (SAM) to be eligible for contract award.
    DICA FiberMax Crane Pads
    Buyer not available
    The General Services Administration (GSA) is seeking quotes for the procurement of eight DICA Fibermax MD-HD Crane Pads and accessories, intended for delivery to Naval Base San Diego, California. This procurement is justified as a brand-name requirement due to the unique patented design of the pads, which are essential for operations on deteriorating pavement and uneven ground, with a total estimated value of $95,128.00. The GSA aims to maximize competition despite the specific nature of the items, emphasizing that this opportunity is set aside for small businesses and requires compliance with various federal regulations, including Military Standard 129R for shipping and labeling. Interested vendors must submit their RFQ responses, including all required documentation, to Tabitha Smith at tabitha.smith@gsa.gov by the specified deadline to be considered for the award.