Infrastructure Support Services
ID: N6426725R3001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERCORONA, CA, 92878-5000, USA

NAICS

Engineering Services (541330)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Corona Division, is seeking sources for an upcoming Task Order to provide Infrastructure Support Services at its facility in Norco, California. The contract will encompass a range of technical, logistical, and operational services aimed at supporting the Infrastructure Division's mission, including maintenance, project management, and environmental compliance. This initiative is crucial for ensuring the effective management and operational efficiency of infrastructure services, with a total of 257,000 labor hours anticipated over a five-year period, including a 12-month base period and four 12-month options. Interested parties must submit their Capability Statements via email to Ms. Maria A. Rubio by 2:00 PM PDT on October 23, 2024, referencing Sources Sought Notice N6426725R3001 in the subject line.

    Point(s) of Contact
    Files
    Title
    Posted
    The solicitation document N64267-25-R-3001 outlines the requirements for infrastructure support services, detailing labor hours for various personnel over multiple contract periods. The total labor hours are distributed across base and option years, with specific roles including Project Manager, Electricians, Mechanic Technicians, and Facility Maintenance Technicians. Each role has assigned hours indicating regular and overtime work, totaling 257,000 maximum labor hours with 51,400 overtime hours planned. The document specifies each key personnel's work location, their required hours, and any special conditions related to workload allocations. This structured approach highlights the importance of a systematic workforce planning strategy within government contracts. The rates outlined for regular and overtime work reflect the project's scope and complexity, ensuring compliance with federal labor standards and service expectations. This response to federal RFP requirements indicates an emphasis on diligently tracking labor efforts to maximize efficiency and resource management while adhering to regulatory frameworks. Overall, it serves as a critical guide for prospective contractors in understanding the scope, labor allocation, and financial implications associated with the contract.
    The contract's purpose is to obtain technical, logistical, and operational support for the Infrastructure Division of the Naval Surface Warfare Center, Corona Division (NSWC Corona). This division oversees infrastructure operations, safety, health, and environmental compliance. The contractor must deliver comprehensive services related to facilities support, operations management, environmental programs, and occupational health, including maintenance, project management, data analysis, and event support. Key responsibilities include maintaining infrastructure, managing transportation, supporting safety and environmental programs, and assisting in program administration. The contractor must also provide skilled personnel for recurring and urgent maintenance tasks, as well as conduct inspections, audits, and assessments. Deliverables include monthly status and personnel reports, incident reports, and training methodologies. The document emphasizes adherence to federal standards and requires the contractor to continually manage and improve infrastructure and operational efficiency without the provision of government-furnished property.
    The Naval Surface Warfare Center, Corona Division (NSWC Corona) is seeking sources for an upcoming Task Order focused on providing Infrastructure Support Services for its Infrastructure Division, located in Norco, California. The anticipated contract will cover a five-year period, with a 12-month base period followed by four 12-month options. The primary NAICS code for this requirement is 541330 Engineering Services, with Puyenpa Services, LLC currently holding the existing contract. Interested offerors, both small and large businesses, are requested to submit a Capability Statement that outlines their ability to manage the tasking outlined in the Draft Statement of Work (SOW), their technical capabilities, and their capacity to fulfill the requirements. This is a market research initiative and not a formal solicitation, with responses due by October 23, 2024. The notice encourages participation from diverse businesses, including small, disadvantaged, and veteran-owned firms. All submissions must be made via email to the designated contact, and the information provided will guide the government in evaluating potential sources for the required services.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    P-1073 FORD CLASS CVN INFRASTRUCTURE UPGRADES, PIER LIMA NAVAL BASE CORONADO, CA
    Active
    Dept Of Defense
    The Department of Defense, through NAVFAC Southwest, is seeking qualified small businesses to participate in a Sources Sought announcement for the design-build construction project of Ford Class Nuclear Carrier (CVN) Infrastructure Upgrades at Pier Lima, Naval Base Coronado, California. The project involves the construction of a new 69KV substation and upgrades to existing facilities to enhance electrical capacity, including new electrical distribution systems and telecommunications infrastructure. This initiative is critical for supporting naval operations and ensuring the reliability of power supply at the base. Interested contractors must submit their qualifications, including bonding capacity and relevant project experience, by 2:00 PM local time on October 31, 2024, to Ana Guzman at ana.m.guzman.civ@us.navy.mil. The estimated contract value ranges from $25 million to $100 million.
    SPE603-25-R-0503 DFSP Norwalk and DFSP San Pedro Environmental Services
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is preparing to issue a Request for Proposal (RFP) for environmental services at two facilities in California: DFSP Norwalk and DFSP San Pedro. The procurement aims to secure environmental remediation, compliance, and facility maintenance services to support DLA Energy's objective of achieving site closure while maintaining cost-effectiveness. This opportunity is significant as it addresses critical environmental protection needs, particularly in oil spill response, under NAICS Code 562910. Interested vendors should note that the RFP is expected to be published within the next 60 days, with a contract period spanning from May 1, 2025, to April 30, 2029, and a potential six-month extension. For further inquiries, interested parties can contact Rhoji Fernandez at Rhoji.Fernandez@DLA.mil or Mark A. Laskoski at mark.laskoski@dla.mil.
    Equipment Maintenance and Repair Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Marine Corps, is seeking qualified businesses to provide equipment maintenance and repair services for various Marine Corps locations in California and Arizona. The procurement aims to support the Southwest Region Fleet Transportation (SWRFT) department, which manages and ensures the operational readiness of a diverse range of equipment powered by various fuel types, including gasoline, diesel, and electric. This opportunity is critical for maintaining the functionality of essential vehicles and equipment, including forklifts and warehouse sweepers, across multiple military bases. Interested parties must submit a capabilities statement by October 25, 2024, to David Lange at david.lange@usmc.mil or Maria Caceres at maria.caceres@usmc.mil, as this Sources Sought notice is part of market research to inform future procurement strategies.
    Diesel Engine Lifecycle Support
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking sources for a contract titled "Diesel Engine Lifecycle Support." This procurement aims to provide lifecycle, modernization, and in-service support for various diesel engine lines and their associated shipboard systems, focusing on enhancing operational readiness and safety through engineering solutions, training, logistics, and program management. The initiative is critical for maintaining the effectiveness of military diesel systems, addressing challenges related to aging equipment and technological advancements. Interested businesses must submit capability statements by 12:00 PM EST on October 25, 2024, to Derek W. Diep at derek.w.diep.civ@us.navy.mil, with the anticipated contract performance beginning around March 10, 2025.
    Small Boat Surveyor and Overhaul Support Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Navy's NAVSUP Fleet Logistics Center San Diego, is seeking capable sources to provide Small Boat Surveyor and Overhaul Support Services for the Pacific Fleet's small craft operations. The procurement aims to assist small craft crew personnel with pre/post-deployment inspections, surveys, and overhauls of embarked boats on U.S. Navy ships and Boat Units, ensuring operational readiness and maintenance of various boat systems, including engines and navigational systems. This five-year contract, anticipated to be awarded on May 25, 2025, will be a Firm Fixed Price type, with a Request for Quote (RFQ) expected to be posted on December 17, 2024. Interested contractors must submit a capabilities statement by October 23, 2024, to Mr. Jason Pelle at jason.a.pelle.civ@us.navy.mil, including relevant company information and experience.
    Corporate Operations Support Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Panama City Division, is seeking qualified firms to provide Corporate Operations Support Services under a presolicitation notice. The objective of this procurement is to support NSWC PCD's mission and technical programs through various business functions over a five-year period, which includes a Base Year and four optional 12-month extensions. This contract, anticipated to be a Firm Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) type, is crucial for maintaining operational efficiency and effectiveness in support of the Navy's objectives. Interested parties must submit their intent to participate in a virtual Pre-Solicitation Conference by October 18, 2024, and can direct inquiries to Kristin S. Shaw at kristin.s.shaw.civ@us.navy.mil or by phone at 850-896-5718.
    REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT – Collection, Transportation, and Disposal of Hazardous Waste, Non-Regulated Hazardous Waste, Special Wastes, Chemical Refuse and Recycling of Universal Waste items
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking potential sources for a Firm Fixed/Indefinite-Delivery/Indefinite-Quantity contract for the collection, transportation, and disposal of hazardous waste, non-regulated hazardous waste, special wastes, chemical refuse, and recycling of universal waste items generated at the Crane facility in Indiana. The contractor will be responsible for ensuring compliance with federal, state, and local environmental regulations while providing necessary labor, management, and equipment for waste handling, including the development of standard operating procedures and adherence to safety protocols. This procurement is critical for maintaining environmental safety and operational compliance, with an anticipated contract term of five years and an estimated total of 3,750 tons of waste to be managed over this period. Interested parties must submit their capability statements to Matthew Sward at matthew.r.sward2.civ@us.navy.mil by 4 PM EDT on October 29, 2024, as part of the market research process, which will inform the acquisition strategy for a future solicitation expected to be issued around February 12, 2025.
    Marine Mammal Boats
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking information from Historically Underutilized Business Zone (HUBZone) sources capable of providing Marine Mammal Boats as outlined in the Draft Statement of Work (SOW). The procurement aims to replace aging vessels used for marine mammal research and support the Naval Information Warfare Center's efforts in detecting and recovering underwater objects, thereby enhancing Navy security. Interested parties are required to submit a Capability Statement, including company details, business size, estimated pricing, and SBA HUBZone certification, by 3:00 PM PDT on October 29, 2024, to Contract Specialist Robert Soto at robert.soto76.civ@us.navy.mil. This opportunity is not a solicitation for proposals but a request for information to determine the appropriate acquisition method.
    FORD-class Dry Docking Capability Request for Information
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Program Executive Office Industrial Infrastructure (PEO II), is seeking information regarding the construction and operation of a FORD-class dry docking capability on the West Coast of the United States, specifically in California, Oregon, Washington, or Hawaii. The Navy aims to establish a dry dock that can accommodate FORD-class aircraft carriers and other Navy vessels for scheduled maintenance and emergent repairs, with specifications including a length of 1,210 feet, a width of 210 feet, and a docking displacement of 100,000 long tons. This initiative is crucial for enhancing the Navy's maintenance capabilities and may involve a public-private partnership where a commercial entity would build, own, and operate the dry dock, while also allowing for commercial use when not servicing Navy vessels. Interested parties are encouraged to submit their responses and inquiries to Majella Stevenson at majella.d.stevenson.civ@us.navy.mil or Anthony O'Rourke at anthony.c.orourke.civ@us.navy.mil, with no specific deadline mentioned for submissions.
    NUWC Division, Keyport and NSLC Mechanicsburg SeaPort/Service Contract Forecast
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE Naval Undersea Warfare Center (NUWC) Division, Keyport and Naval Sea Logistics Center (NSLC) Mechanicsburg SeaPort-NxG Service Task Order Forecast. This notice pertains to a service contract forecast for NUWC Division, Keyport and NSLC Mechanicsburg. The service being procured is related to SeaPort-NxG Service Task Orders. The Naval Undersea Warfare Center and Naval Sea Logistics Center are seeking vendors to fulfill this service contract.