99--Logistics and Life Support Services for U.S. Navy and Partner Nation forces operating ashore in Rio De Janeiro, Brazil.
ID: N6883616T0026Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR JACKSONVILLEJACKSONVILLE, FL, 32212-0097, USA

PSC

MISCELLANEOUS (99)
Timeline
    Description

    Presolicitation DEPT OF DEFENSE Logistics and Life Support Services for U.S. Navy and Partner Nation forces operating ashore in Rio De Janeiro, Brazil. The procurement is for the Joint Visitors Bureau (JVB) an Interaction Foreign Military Bureau top priority exercise for USSOUTHCOM. The primary objective of this contract is to obtain provisions in support for USNS Comfort during Continuing Promise (CP) 2015 mission during the April through September timeframe. The effort is expected to support 400 personnel, 380 of which are Partner Nation participants, Joint Visitors Bureau (JVB) will require services on 18 November through 24 November 2015.

    Point(s) of Contact
    Robert DeAngelis 904 542 1273 Alise Taylor-Sindab 904-542-1265 alise.taylor-sindab@navy.mil Bill Jordan 904-542-4838 William.r.jordan1@navy.mil LT Blake Harpel 904-542-6449 Blake.harpel@navy.mil
    Files
    No associated files provided.
    Similar Opportunities
    99--Coastal Riverine Squadron FOUR Company (CRS 4 COM) operating in Panama 19 OCT through 13 DEC 2016
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking expeditionary logistics and life support services for the Coastal Riverine Squadron FOUR Company (CRS 4 COM) operating in Panama. This service is part of a larger U.S. Southern Command (SOUTHCOM) directed mission. The service includes small boat launch and recovery services, vehicles, cellular phones, international phone cards, bottled water, personnel and equipment transportation between operating sites. The mission will take place from 19 October through 13 December 2016. The Contractor will work closely with the Contracting Officer Representative (COR) to ensure effective completion of all services. The solicitation will be available around 16 SEP 2016 and contract award no later than 07 OCT 2016.
    V--Justification and Approval for Other than Full and Open Competition - Caribbean Husbanding Services
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY - The NAVSUP Fleet Logistics Center Norfolk (FLCN) intends to issue a bilateral modification to extend the period of performance of the current Caribbean husbanding contract with Ship Supply of Florida, Inc. This contract extension is necessary to provide essential, immediate, and interim contract support for port visits throughout the Caribbean region. The period of performance will be extended for a base period of ten (10) months beginning May 1, 2017, and continuing through February 28, 2018. The required husbanding support services remain the same. The NAVSUP FLCN is currently in the solicitation process for the follow-on contract, which is anticipated to be awarded on or around January 22, 2018. This notice is for informational purposes only and not a request for competitive proposals. All responsible sources may submit a capability statement, proposal, or quotation for consideration by the agency within 4 days after the publication date of this notice. The applicable NAICS code for this action is 488310. For more information, contact Richard Mateljan at richard.a.mateljan@navy.mil or Kate Petti at kate.petti@navy.mil.
    Synopsis Naval Station Guantanamo Bay, Cuba Distributed Warehouse and Logistics
    Active
    Dept Of Defense
    The U.S. Navy seeks experienced vendors for distributed warehouse and logistics support at Naval Station Guantanamo Bay, Cuba. The service requirement involves providing vital material and food provisions to multiple customers, including the Naval Supply Systems Command Warehouse, Naval Hospital Warehouse, Joint Task Force Warehouse, and the U.S. Coast Guard. The contract, expected to be released around August 26, 2024, will have a base performance period through the end of 2025, with four additional one-year options. It carries a PSC code of S215 and a NAICS code of 493110, indicating a focus on warehousing and storage services. Registration on the SAM website is mandatory to access the solicitation and its updates. The successful vendor will play a crucial role in supporting military operations by ensuring the efficient distribution of supplies and provisions. This role requires a service-disabled veteran-owned small business (SDVOSB) set-aside, emphasizing the Navy's commitment to supporting veteran-led companies. Prospective vendors should carefully review the upcoming solicitation, which will outline preparation instructions, evaluation criteria, and the performance work statement. The Navy encourages vendors to frequently check the SAM website for the RFQ and any subsequent amendments. Email is the preferred method of communication for clarification requests. With a size standard of $34 million, the contract holds significant value for the selected vendor, who will be responsible for providing critical support to the U.S. military's presence in Cuba. The Navy's choice will be based on the evaluation criteria outlined in the solicitation. Vendors must ensure their applications meet all qualifications and submit them before the deadline to be considered. For any questions or further information, interested parties should contact Joseph Tolbert and Rolondo Turner via email. Their respective email addresses are provided in the opportunity overview.
    Base Operations Support (BOS) Services at Naval Station Mayport, Blount Island Command, Jacksonville FL and the Outlying Areas Supported by these Commands
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is seeking potential offerors for Base Operations Support (BOS) services at Naval Station Mayport and associated facilities in Jacksonville, Florida. The procurement aims to identify qualified businesses capable of providing a range of facilities support services, including facility management, custodial services, pest control, and utilities management, with an estimated annual contract value between $30 million and $40 million. This initiative is crucial for ensuring operational efficiency and support for military installations, and responses to the sources sought notice are due by 2:00 PM EDT on September 24, 2024. Interested parties should submit their qualifications electronically to Jennifer Doherty at jennifer.e.doherty.civ@us.navy.mil, adhering to the specified guidelines.
    Z--Mayport Base Operations Support (BOS) II Services
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Base Operations Support (BOS) II services at Naval Station Mayport, Jacksonville, Florida. This includes custodial, pest control, waste management, grounds maintenance, and landscaping services. The contract will be competitively procured as an 8(a) set-aside. The anticipated date of RFP issuance is on or after 1 April 2019.
    J--THE SCHEDULED REGULAR OVERHAUL OF USNS SHIPS
    Active
    None
    Presolicitation notice is being published by the Department of Defense (DOD) for maintenance, repair, and rebuilding equipment services. This notice is in accordance with the Federal Acquisition Regulation (FAR) 5.101. The primary contact for this procurement is Jeffrey Eom, who can be reached at 0039-081-568-3819 or via email at jeffrey.eom@eu.navy.mil. The service/item being procured is not specified in the document, but further information can be found in the attached document.
    Z--Kings Bay Base Operations Support (BOS) I Services
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking services for Base Operations Support (BOS) I at Naval Submarine Base (NSB) Kings Bay, Georgia and surrounding areas. The services include force protection, facility management, facility investment, utilities management, and other related services. The contract is anticipated to have a base period of ten months with seven one-year option periods, totaling a performance period of seven years and ten months. The contract will be competitively procured using FAR Part 15. The NAICS Code for this procurement is 561210 with an annual small business size standard of $38.5M. The anticipated date of final RFP issuance is on or after 17 April 2019.
    USNS PREVAIL (TSV-1) DPMA- Synopsis
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the execution of the USNS Prevail (TSV-1) Drydock Phased Maintenance Availability (DPMA) in Portsmouth, VA. The availability will include hull gauging and repairs, as well as electrical, mechanical, piping, and structural repairs. Offerors must possess a valid Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for the award. This is a total small business set-aside procurement with a Firm Fixed Price arrangement. The contract will be awarded based on technical, past performance, and price evaluation factors. The place of performance is restricted to the Norfolk, VA homeport area. The complete proposal request (RFP) Package will be available for download on SAM.gov around August 1, 2023. For more information, contact Kiana Hamilton at kiana.hamilton@navy.mil.
    J--Boat Preventative Maintenance and Repairs
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four Oil Spill Recovery boats at Naval Weapons Station Earle, NJ. The services will be acquired through a small business set-aside procurement action. The contract will have a one-year base period of performance and four one-year ordering periods thereafter. The services will be acquired using procedures under Federal Acquisition Regulation (FAR) Part 12 and FAR Subpart 13.5. Interested vendors can download the request for quote from the NECO and FBO websites starting from 15 March 2018. Vendors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.
    Full Food Services, Cape May Training Center, Cape May, NJ
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide Full Food Services at the Training Center (TRACEN) in Cape May, New Jersey. The contractor will be responsible for all aspects of food service, including management, preparation, serving, and cleaning, catering primarily to military recruits from April 1, 2025, to March 31, 2030. This service is crucial for maintaining high food quality and sanitation standards within a military training environment, ensuring recruits receive nutritious meals during their training. Interested firms must respond to the Sources Sought Notice by September 30, 2024, providing company information and past performance references, with the applicable NAICS Code being 722310 and a size standard of $47 million. For further inquiries, contact Rosalyn Wooling at rosalyn.a.wooling@uscg.mil or Jennifer Blackwell at jennifer.blackwell@uscg.mil.