Falconry Services at MCRD San Diego, CA.
ID: N6247325Q0003Type: Combined Synopsis/Solicitation
AwardedApr 24, 2025
$168.8K$168,750
AwardeeCROWL, JOSHUA Campo CA 91906 USA
Award #:N6247325D2717
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM SOUTHWESTSAN DIEGO, CA, 92132-0001, USA

NAICS

Exterminating and Pest Control Services (561710)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER WILDLIFE MANAGEMENT (F019)

Set Aside

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

    The Department of Defense, through the Naval Facilities Engineering Command Southwest, is soliciting proposals for Falconry Services at the Marine Corps Recruit Depot and Naval Base Point Loma in San Diego, California. The contractor will be responsible for providing all necessary labor, materials, equipment, and transportation to manage nuisance birds, primarily seagulls, through authorized falconry techniques over a five-year period, starting from May 1, 2025, with a base year and four optional extensions. This procurement is crucial for maintaining a safe training environment by effectively managing wildlife interactions at military installations. Interested small businesses must submit their quotations by April 15, 2025, and direct any inquiries to the designated contacts, Veolette Nasrawi and Gina Watson, via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is Amendment 0001 to Request for Quotation (RFQ) No. N62473-25-Q-0003, regarding Falconry Services at the Marine Corps Recruit Depot in San Diego, CA. The amendment announces the extension of key deadlines: the quotation submission due date is now April 10, 2025, and the request for information due date has been extended to April 2, 2025. It also provides details about a non-mandatory site visit scheduled for March 31, 2025, urging interested parties to request attendance via email by March 26, 2025. Participants should include specific information in their request emails. Additionally, the amendment introduces Attachment VII, which contains government responses to previously submitted RFIs. The document emphasizes that all other terms and conditions of the solicitation remain unchanged and in effect. This RFQ serves the purpose of formally inviting contractors to provide falconry services, indicating the government’s interest in ensuring that resources are available for wildlife management within military training environments.
    Amendment 0002 for RFP Number N62473-25-Q-0003 outlines revisions for falconry services at Marine Corps Recruit Depot and Naval Base Point Loma in San Diego, CA. This amendment includes significant updates to four key documents: replacing the previous Attachment III (Instructions to Quoters) and Attachment I (ELIN Price Schedule) with revised versions, adding Attachment VII (Government RFI Responses 12 through 15), and completely replacing Attachment II (Performance Work Statement) with a newly revised copy. All other terms and conditions of the original solicitation remain unchanged and effective. The purpose of these updates is to refine the information and instructions provided to potential quoters, ensuring clarity and accuracy in the bidding process for government contracts related to falconry services.
    This document is Amendment 0003 for RFQ Number N62473-25-Q-0003, regarding falconry services at the Marine Corps Recruit Depot and Naval Base Point Loma in San Diego, California. The amendment outlines several changes to the original solicitation, including replacing Attachment III with a revised version and adding several new attachments. Specifically, it includes responses to RFIs 16 through 22 and a revised response to RFI 13, along with an offer sheet and base maps for both MCRD and NBPL. The overall terms and conditions of the solicitation remain unchanged. The amendment aims to clarify and refine the requirements and responses related to the RFP for potential contractors, ensuring a precise understanding of the solicitation for bidders.
    The document is an amendment to Request for Quotation (RFQ) No. N62473-25-Q-0003 regarding falconry services at the Marine Corps Recruit Depot (MCRD) and Naval Base Point Loma (NBPL) in San Diego, California. The primary objective of this amendment is to extend the quotation submission deadline from April 10, 2025, to April 15, 2025, at 11:00 AM PDT. All other terms and conditions of the original solicitation remain unchanged. This amendment is significant as it provides an updated timeline for prospective bidders, ensuring they have adequate time to prepare and submit their quotations for the specialized falconry services required by the military installations.
    This document outlines a Firm-Fixed-Price contract proposal for Falconry Services at the Marine Corps Recruit Depot (MCRD) in San Diego, California, and NAS Point Loma’s NAVWAR Old Town Campus. It details five Contract Line Items (CLINs): one Base Period (05/01/2025 - 04/30/2026) and four subsequent Option Periods (up to 04/30/2030). The primary service consists of harassing nuisance birds through falconry activities, requiring a commitment of services over specified recurring days and additional service calls. Each period's activities and locations are broken down, emphasizing compliance with the Performance Work Statement (PWS). The contractor is responsible for providing all necessary labor, materials, equipment, and transportation for these operations. The structured document is designed to invite proposals while ensuring clarity regarding service expectations and timeframes.
    The document details a Request for Proposal (RFP) for falconry services at the Marine Corps Recruitment Depot (MCRD) in San Diego, CA. This Firm-Fixed-Price contract encompasses one base period from April 1, 2025, to March 31, 2026, and includes four optional extensions, each lasting one year. The contractor is responsible for providing labor, materials, equipment, and transportation necessary for these services, including bird harassment activities to manage nuisance wildlife effectively. The pricing schedule outlines specific tasks across various periods (CLINs 0001 to 0005), highlighting that the contractor must perform an initial recurring service over 30 days, supplemented by an additional 24 service calls that may be scheduled at their discretion, all adhering to the Performance Work Statement (PWS). The contract aims to ensure the effective management of wildlife around the facility, aligning with government standards and procedures. Overall, the document serves as a formal solicitation for contractors to deliver specified falconry services while emphasizing the importance of compliance and operational readiness in public safety initiatives.
    The RFQ No. N6247325Q0003 outlines the procurement of falconry services at the Naval Base Point Loma (NBPL) NAVWAR OTC and Marine Corps Recruit Depot (MCRD) in San Diego, California. The contractor will engage in activities to deter nuisance birds, primarily seagulls, using authorized species of birds and potentially pellet guns, subject to government approval. The contract is a firm-fixed-price, indefinite-delivery indefinite-quantity (IDIQ) model with a base period from May 1, 2025, to April 30, 2026, and four optional extension years, totaling up to five years. The contractor must execute 30 initial days of bird harassment services followed by an additional 24 service days at their discretion. Regular reporting on the effectiveness of activities and coordination with local authorities are mandated, ensuring compliance with relevant regulations regarding bird abatement and safety. Security protocols must be followed, including identification and access procedures to the installations. Overall, the document establishes a framework for effective bird management in military training areas while ensuring adherence to safety and environmental standards.
    The RFQ No. N6247325Q0003 outlines a requirement for falconry services at the Marine Corps Recruitment Depot (MCRD) in San Diego, CA, aimed at managing nuisance birds, specifically seagulls. The contractor will provide all necessary tools, equipment, and labor to conduct hazing activities over an initial period of 30 consecutive days, followed by 24 additional service calls throughout the performance term, ultimately spanning five years. Key responsibilities include utilizing authorized bird species, developing a bird deterrent plan within seven days of contract award, and coordinating with the San Diego Airport Authority. Contractors must maintain records, adhere to safety protocols, and comply with state and federal regulations. The contract is a firm-fixed-price agreement beginning on April 1, 2025, and requires contractor identification to be worn while on the installation. Overall, this initiative highlights the Marine Corps’ commitment to maintaining a safe training environment by effectively managing wildlife interactions at the facility.
    The document is a Request for Quote (RFQ) issued by the U.S. government for Falconry Services at the Marine Corps Recruit Depot and Naval Base Point Loma in San Diego, California. It stipulates that all labor, materials, and equipment required for these services must be provided by the contractor. The contract is structured as a Single Award Indefinite-Delivery Indefinite-Quantity (IDIQ) and is reserved for small businesses, with a projected base period from May 1, 2025, to April 30, 2026, and four optional one-year extensions, totaling five years. Quotes are due by April 10, 2025, and submissions must adhere to specific formatting requirements. A site visit is encouraged before quoting, with details provided upon request. The quotation evaluation will focus solely on price, ensuring fairness and reasonableness. Additionally, bidders must be registered in the System for Award Management (SAM) and comply with minimum wage requirements as per federal standards. The document emphasizes that all inquiries must be directed to designated contacts within the government.
    This document is a Request for Quote (RFQ) for Falconry Services at the Marine Corps Recruit Depot and Naval Base Point Loma in San Diego, California. It outlines that the Government intends to award a Single Award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract exclusively to small businesses. The performance period is expected to commence on May 1, 2025, lasting until April 30, 2026, with options to extend for four additional years. Interested quoters must submit a price quote via email by April 10, 2025, and are advised to follow specific attachment formats. A site visit will occur on March 31, 2025, and registration with the System for Award Management (SAM) is mandatory. The selection will be determined solely based on a fair and reasonable price evaluation, factoring in both the base and option period costs. Crucially, quoters must hold a valid Falconry License issued by the California Department of Fish and Wildlife to be eligible for award consideration. Questions must be directed to designated points of contact, with specific timelines for both inquiry responses and quote submissions highlighted. This RFQ reflects the Government’s strategic procurement efforts to engage qualified vendors for specialized services while adhering to federal regulations.
    The document is a Request for Quote (RFQ) for Falconry Services at the Marine Corps Recruit Depot in San Diego, CA. It outlines that the government will award a Firm-Fixed-Price contract, fully set aside for competitive small businesses, with a base period starting on April 1, 2025, lasting one year, and four optional extension years totaling five years. Proposals must be submitted by March 25, 2025, 11:00 AM PDT, via email, requiring adherence to a specified price submission format. The evaluation will be based solely on price, ensuring fairness in proposals encompassing both base and option periods. Potential contractors must visit the site upon request to understand work conditions and risks, and address any inquiries through the provided points of contact. Registration in the System for Award Management (SAM) is mandatory using the NAICS code 561710. Furthermore, the contract mandates compliance with the Service Contract Act Wage Determination for minimum wage. This RFQ exemplifies standard processes for government solicitations, emphasizing the importance of compliance, thorough preparation, and detailed understanding of project scope and site conditions for successful bidding.
    This document outlines essential clauses for government contracts, specifically addressing federal requests for proposals (RFPs) and grants. The key focus is on compliance with established regulations, including terms concerning ethics in contracting, subcontractor limitations, and government obligations. It includes clauses related to contractor responsibilities, such as the prohibition against contingent fees, maintaining the integrity of contractor personnel, and the need for reporting executive compensation and subcontract awards. The text also delineates specific requirements for small business participation, obligations to adhere to labor standards, and the contractor's duties regarding payments and invoicing through the Wide Area Workflow (WAWF) system. It emphasizes the importance of maintaining documentation for audits and outlines penalties for non-compliance with federal laws regarding contracting standards, employee rights, and environmental regulations. Overall, this document serves as a comprehensive guideline to ensure that contractors adhere to federal regulations while engaging in government contracts, thereby promoting transparent and fair practices in federal procurement processes.
    The document is a Request for Quote (RFQ) No. N62473-25-Q-0003, soliciting bids for falconry services at the Marine Corps Recruit Depot and Naval Base Point Loma in San Diego, California. The RFQ outlines a base period for services from May 1, 2025, to April 30, 2026, with four optional extension periods spanning up to five years in total, concluding on April 30, 2030. Each service period is specified by the Performance Work Statement (PWS), with corresponding item lines (ELIN) designated for each period. Interested contractors are required to acknowledge receipt of amendments to the RFQ and provide relevant contact information. Additionally, the contractor must confirm their offer remains valid for 90 calendar days after submission. This solicitation aims to procure specialized falconry services, reflecting the federal government's ongoing commitment to specific project needs within military facilities. The structured periods allow for budgeting and planning while ensuring flexibility for service continuity.
    The document outlines the Request for Information (RFI) and clarification requests for the solicitation N62473-25-Q-0003, which pertains to falconry services at Marine Corps Recruit Depot (MCRD) San Diego, California. It provides a structured format for contractors (KTR) to submit their queries regarding various aspects of the proposal, including outdated references, conflicting information, missing attachments, clarification of intent, typographical errors, and other unspecified issues related to the RFP sections. The KTR is instructed to fill out specific sections including the RFI number, RFP parts, sub-sections, and relevant comments or clarity reasons related to the proposal. This form facilitates communication between bidders and the government, ensuring transparency and efficient resolution of questions, which is essential in the procurement process. This framework supports the government's objective of securing qualified service providers for the designated falconry services while promoting clarity and compliance with the RFP requirements.
    This document serves as a clarification request for the solicitation N62473-25-Q-0003 regarding Falconry Services at MCRD San Diego, CA. Key points include the confirmation of a previous contract (N6247320C0043) awarded on April 16, 2020, valued at $127,440, and an acknowledgment that no part of the Statement of Work has changed, with an additional amendment expected by March 25, 2025. The acquisition is set aside entirely for Small Businesses, without preference for SDVOSB Certified contractors. The document clarifies that an intensive hazing period for bird deterrence will be required in each performance period. Inquiries about site visit arrangements and the use of alternative technologies are addressed, indicating ongoing evaluations by the government. The focus on providing opportunities for subcontractors to conduct site assessments reflects the contract's detailed planning. This RFI process demonstrates the government’s commitment to transparency and responsiveness in procurement, ensuring prospective contractors are well-informed and can participate effectively.
    The document addresses requests for clarification regarding a solicitation for Falconry Services at MCRD and NBPL NAVWAR OTC in San Diego, CA, identified by Solicitation Number N62473-25-Q-0003. Key points include that there is a past contract awarded (N6247320C0043) valued at $127,440, dated April 16, 2020, and changes to the Statement of Work, notably requiring a follow-on amendment by March 25, 2025. The solicitation is fully reserved for Small Business participation, with no specific preference for Service-Disabled Veteran-Owned Small Business (SDVOSB) contractors. While the government is reviewing the inclusion of additional technology methods for pest control, current practice excludes these alternatives. The document also outlines requirements for seasons of bird deterrence and specifies that all service calls must now adhere to a revised Performance Work Statement, negating prior response time specifications. Questions concerning site visits were directed to an amendment for details. The clarity provided indicates the government’s intent to ensure compliance with specified requirements while navigating past contract experiences and current operational needs.
    The document is a clarification response to a Request for Information (RFI) regarding falconry services at two locations: the Marine Corps Recruit Depot (MCRD) and the Naval Base Point Loma (NBPL) NAVWAR OTC in San Diego, California. It confirms that the previous contract, awarded in April 2020 for $127,440, only covered the MCRD and that this solicitation provides services for both locations, signifying an expansion in scope. The government clarifies that while the contract remains set aside for small businesses, there will be no preferences for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) in this acquisition. Key points highlight the requirement for a hazing period to deter seasonal gull pressure, the need for a Depredation Permit, and the specifics around site visits for prospective contractors. The response discusses the anticipated use of technology methods for these services, stating that such options are under review, and reiterates that the previous contract's service call requirements have been adjusted. The updated Performance Work Statement outlines the specific needs for both service locations, ensuring clarity for bidders. Overall, this document serves as a crucial guide for potential contractors regarding the conditions and requirements for responding to the government’s solicitation for falconry services.
    The document is a comprehensive map created for the Marine Corps Recruit Depot (MCRD) in San Diego, California, detailing the existing conditions and layout of the facility as of November 22, 2022. It serves multiple purposes, including providing geographical information necessary for federal projects and grant applications. The map indicates various buildings, their uses, and associated landmarks, which may support infrastructure development or improvements under federal and state RFPs. The map includes extensive details about different facilities like barracks, clinics, training grounds, and recreational areas, highlighting their locations with coordinated identifiers. It also features a disclaimer regarding the accuracy of the information, emphasizing the necessity for field verification of data for project-specific endeavors. The document reflects a commitment to ensuring safety, compliance, and optimal resource utilization in any related developmental actions, thereby illustrating MCRD's ongoing dedication to operational readiness and effective resource management in alignment with federal standards.
    The NAVWAR document outlines the strategic objectives and initiatives for enhancing naval warfare capabilities by 2025. It emphasizes modernization efforts, focusing on integrating advanced technologies and improving operational readiness across various military branches. The key objectives include the development of innovative systems and platforms that leverage automation, artificial intelligence, and enhanced data analytics. The document also highlights collaborative efforts with industry partners and academia to foster research and development, ensuring the U.S. maintains its competitive edge in maritime operations. Additionally, it stresses the importance of sustainability and efficiency in new naval technologies. This initiative aligns with broader government priorities to enhance defense capabilities and adapt to emerging threats in a rapidly changing global landscape. Overall, the NAVWAR report serves as a crucial roadmap for future funding, project management, and strategic alignment in military operations related to naval warfare.
    The document outlines a solicitation for Falconry Services at the Marine Corps Recruit Depot in San Diego, California, under solicitation number N62473-25-Q-0003. It is a Request for Quotation exclusively for Small Businesses within the NAICS code 561710, designated for exterminating and pest control, with a size standard of $17.5 million. Interested contractors must be registered as Small Businesses in SAM.gov to qualify. The service contract requires labor, equipment, and other necessary provisions, with a base performance period starting April 1, 2025, and lasting five years, including four option periods. Quotations are due by March 25, 2025. The submission process necessitates emailing the Contract Specialist and adhering to formatting requirements. Inquiries regarding the solicitation must be received by March 18, 2025, and responses will be published on SAM.gov. This document serves as a formal announcement for potential vendors regarding eligibility, requirements, and submission procedures for this government contract.
    Lifecycle
    Similar Opportunities
    FATS AND BONES REMOVAL SERVICES AT MOFFETT FIELD
    Dept Of Defense
    The Department of Defense, through the Defense Commissary Agency (DeCA), is soliciting proposals for fats and bones removal services at Moffett Field, California. The contract requires the contractor to provide comprehensive services for the removal, pickup, and disposal of supermarket animal and fish by-products, including fats and bones, with a focus on compliance with federal, state, and local regulations. This service is critical for maintaining sanitation and environmental standards at the commissary, ensuring proper waste management and diversion from landfills. Interested small businesses must submit their proposals by December 18, 2025, at 3:00 PM EST, to Marcella Simmons or Robert French via email, with the anticipated contract period spanning from January 1, 2026, to December 31, 2030.
    Air Boss and Related Services - TAFB Wings Over Solano 2026
    Dept Of Defense
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking qualified vendors to provide Air Boss and related services for the 2026 Wings Over Solano air show. The procurement is a Firm Fixed Price contract, specifically set aside for small businesses under NAICS code 488111 (Air Traffic Control), with a size standard of $40 million. The selected contractor will be responsible for critical tasks such as developing the airshow schedule, conducting safety briefings, and liaising with FAA and emergency personnel, ensuring the event's success scheduled for April 24-26, 2026. Interested vendors must submit their quotations by December 17, 2025, at 1:00 PM PST, to the designated contacts, Lt Samuel De La Cruz and (S)Sgt Socrates Rosimo, via the provided email addresses.
    YD Crane Rental and Tug Services at Naval Base San Diego, CA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southwest, is seeking contractors to provide Yard Derrick floating crane and tug services at Naval Base San Diego, California. This procurement aims to support fleet requirements in the San Diego area for a duration of 31 days, specifically from February 8, 2023, to March 10, 2023, with the possibility of extending the contract for three additional one-week options. These services are crucial for the efficient operation and logistical support of naval fleet activities in the region. Interested parties can reach out to Stephanie Scannell at stephanie.j.scannell2.civ@us.navy.mil or by phone at 408-373-2209 for further details regarding this opportunity.
    IDIQ JOC FOR GENERAL CONSTRUCTION PROJECTS AT GOVERNMENT INSTALLATIONS WITHIN NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND SOUTHWEST THE METROPOLITAN SAN DIEGO (NAVAL BASES SAN DIEGO, POINT LOMA, CORONADO AND MARINE CORPS AIR STATION (MCAS) MIRAMAR, CALIF
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for general construction projects at various government installations in the San Diego area, including Naval Bases San Diego, Point Loma, Coronado, and Marine Corps Air Station Miramar. This procurement is specifically set aside for Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and aims to award one contract based on the best value source selection process, focusing on factors such as project management capability, experience, past performance, safety, and price. The contract will have a performance period of 24 months with a potential extension of 36 months, and the estimated maximum value for all contracts combined is $49 million, with task orders ranging from $2,000 to $1 million. Interested contractors should contact Heather Race at heather.l.race.civ@us.navy.mil or (619) 705-4676, and are encouraged to register on the relevant government websites as the solicitation will be available only in electronic format around May 5, 2025.
    Training in the fabrication and flying of First Person View (FPV) small, unmanned aircraft system (sUAS)
    Dept Of Defense
    The Department of Defense, specifically the Naval Special Warfare Command under the US Special Operations Command (USSOCOM), is seeking quotes for a training program focused on the fabrication and operation of First Person View (FPV) small unmanned aircraft systems (sUAS). The procurement aims to provide a comprehensive biannual, ten-day Initial Qualification Training (IQT) course for up to six personnel, covering essential topics such as FPV system theory, design, assembly, and advanced flight techniques, with a total of 80 hours of instruction. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be awarded as a Firm-Fixed-Price contract, with the base year commencing on January 15, 2026, and includes two option years. Interested parties should direct inquiries to Jeffrey S. Morris at Jeffrey.S.Morris.civ@socom.mil, and note that the current solicitation is not funded as per FAR Clause 52.232-18.
    GOCO Alongside Aircraft Refueling Services NAS Whiting Field
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking proposals for Alongside Aircraft Refueling Services at Naval Air Station (NAS) Whiting Field in Florida. The contractor will be responsible for managing, maintaining, and operating Government-Owned, Contractor-Operated (GOCO) fuel storage facilities, ensuring the safe handling and accountability of petroleum products, while complying with environmental and safety regulations. This procurement is set aside for Service-Disabled Veteran Owned Businesses (SDVOSB) under NAICS code 493190, with a firm fixed-price contract anticipated to include a four-year base period and one five-year option. Interested parties should prepare for the solicitation expected to be posted between May and June 2025, with a closing date approximately 45 days thereafter. For further inquiries, contact Sean Turner at sean.turner@dla.mil or Yalier Fuster at YALIER.FUSTER@DLA.MIL.
    Commercial Kennels/Boarding Military Working Dogs
    Dept Of Defense
    The Department of Defense, through the Marine Corps Installations National Capital Region – Regional Contracting Office (MCINCR-RCO), is seeking vendors capable of providing kenneling and boarding services for 10 to 20 Military Working Dogs over a period of 24 to 48 months, with a requested start date of December 1, 2025. The facilities must be located within the immediate vicinity of Quantico, Virginia, and must meet specific requirements, including a minimum run size of 8x8, 24/7 access for military personnel, and no shared areas with other pets. This Request for Information (RFI) aims to gather industry feedback on capabilities, barriers to competition, and pricing structures, among other considerations. Interested vendors must submit their responses by 12:00 PM EST on November 13, 2025, via email to hal.d.jones@usmc.mil and sharon.palustre@usmc.mil, with submissions limited to four pages and including essential business details and responses to the RFI questions.
    Commercial Industrial Services (CIS) - Safety Nets - LPD Class Ship
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is soliciting quotes for commercial industrial services related to the installation of safety nets on the USS Anchorage (LPD-23). The contract requires the selected contractor to provide labor, services, equipment, and materials for the removal, manufacture, pre-fit, weight testing, and installation of 12 nylon trunk safety nets and associated safety hooks, adhering to strict safety and quality standards. This procurement is critical for ensuring the safety and operational readiness of the vessel, with a performance period scheduled from January 8 to January 23, 2026. Interested small businesses must submit their quotes by December 18, 2025, and can direct inquiries to Contract Specialist Edward Dean at edward.b.dean5.civ@us.navy.mil or Contracting Officer Ricardo Barraza-Cobos at ricardo.barraza-cobos.civ@us.navy.mil.
    INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL FACILITIES USING ALTERNATIVE CONSTRUCTION METHODS (ACM) AT VARIOUS GOVERNMENT INSTALLATI
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract focused on new construction, renovation, and repair of commercial and institutional facilities using Alternative Construction Methods (ACM) across various government installations in California, Arizona, Nevada, Utah, Colorado, and New Mexico. This procurement aims to award approximately eight contracts through a two-phase design-build selection procedure, emphasizing technical approach, experience, past performance, safety, and price, with a total estimated value exceeding $2.5 billion. The contract period spans two years with an option for an additional three years, and task orders will range from $15 million to $250 million, with a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Shane Mahelona at shane.k.mahelona.civ@us.navy.mil or 619-705-4631, and must monitor the SAM website for the solicitation, expected to be posted on or about July 16, 2025.
    NAWCWD FY25 Long Range Acquisition Forecast (LRAF)
    Dept Of Defense
    The Naval Air Warfare Center Weapons Division (NAWCWD) has announced its Fiscal Year 2025 Long Range Acquisition Forecast (LRAF), outlining anticipated contract requirements for various engineering services. This Special Notice serves as an informational guide detailing 26 upcoming contract opportunities, which include projects such as the production of MK-84 modified bomb bodies and the development of advanced weapon system technologies, with expected contract values ranging from under $2 million to over $250 million. These contracts are crucial for enhancing national defense capabilities and advancing military technology, with procurement methods including sole-source awards, small business set-asides, and full and open competitions. For further inquiries, interested parties can contact Kim Matsunaga at kim.s.matsunaga.civ@us.navy.mil or (760) 793-3657, noting that the information provided is subject to change and not binding on the Government.