78.4 ACRES OF OPENING CLEANING
ID: N4008524Q2547Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER FOREST/RANGE IMPROVEMENTS (NON-CONSTRUCTION) (F018)

Set Aside

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

    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Mid-Atlantic office, is seeking quotes for a project involving the cleaning of 78.4 acres at the Naval Support Activity in Crane, Indiana. This procurement is categorized as a Combined Synopsis/Solicitation and is specifically aimed at small businesses, as indicated by the Total Small Business Set-Aside designation under FAR 19.5. The services required fall under the NAICS code 115310, which pertains to Support Activities for Forestry, and are essential for maintaining natural resources and conservation efforts in the area. Interested vendors should direct their inquiries to Melissa Willis at melissa.willis1@navy.mil or by phone at 812-854-6864, as quotes are being requested with no written solicitation to follow.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Z--BLDG 3330S HVAC RENOVATION AT NAVAL SUPPORT ACTIVITY (NSA) CRANE, CRANE, INDIANA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a Total Small Business Set-Aside contractor for the renovation of the HVAC system in BLDG 3330S at Naval Support Activity (NSA) Crane, Crane, Indiana. The contract will include the replacement of the 2nd floor HVAC system, full space renovations, replacement of 1st floor HVAC controls, and replacement of the sprinkler system with a smoke exhaust fire protection system in an anechoic chamber. The estimated cost range for this project is between $1,000,000.00 and $5,000,000.00. The contract will be a lump-sum firm fixed-price type contract, with a completion date of 365 days after award. The NAICS Code for this solicitation is 238220 Plumbing, Heating, and Air Conditioning Systems. The Small Business Size Standard is $15.0 million. The release date for this solicitation is estimated to be on 23 March 2018, with proposals due no earlier than 30 calendar days after the release date. Offerors must be registered in the System for Award Management (SAM) database prior to contract award.
    FLOOR LEVELING PROJECT
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting quotes for a concrete floor leveling project at Building 2059, Naval Support Activity Crane, Indiana. The project involves leveling a 3,000-square-foot area where the floor has settled approximately 4 inches, with a strong emphasis on achieving precise flatness to ensure mission readiness. This procurement is a total small business set-aside, with an estimated project cost between $25,000 and $100,000, and requires compliance with various safety, environmental, and quality control regulations. Interested contractors must submit their quotes by September 16, 2024, at 4:00 PM Eastern Time, and can direct inquiries to Kacey Jones at Kacey.l.jones5.civ@us.navy.mil.
    Steam cleaning of dumpsters, mud traps and exhaust fans at NAS Lemoore, California
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is soliciting bids for the steam cleaning of dumpsters, mud traps, and exhaust fans at Naval Air Station Lemoore, California. This procurement aims to ensure the cleanliness and maintenance of essential facilities, which is critical for operational efficiency and safety. The services required fall under the Facilities Support Services category, specifically classified under NAICS code 561210 and PSC code S201 for custodial janitorial services. Interested contractors can find more details by logging into https://piee.eb.mil and searching for solicitation number N6247324RJ512. For inquiries, potential bidders may contact Jocelynn Jacobson at jocelynn.l.jacobson.civ@us.navy.mil or Antonio Harley at antonio.b.harley2.civ@us.navy.mil.
    DDNV Grounds Maintenance and Snow/Debris Removal COMBINED SYNOPSIS SOLICITATION
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking qualified contractors to provide Grounds Maintenance and Snow/Debris Removal services at DLA Distribution Norfolk, Virginia. The contract requires comprehensive management, tools, supplies, equipment, and labor to maintain a safe environment across over 2.4 million square feet of federal property, including regular lawn care, debris removal, and timely snow/ice management. This procurement is crucial for ensuring the safety and aesthetics of government properties, with a contract period consisting of a one-year base period and four one-year options. Interested parties must submit their proposals by November 1, 2024, and can direct inquiries to George L. Cradic at george.cradic@dla.mil.
    Maintenance and Repair of Manufacturing Equipment and Systems used in Explosive and Non-Explosive Operational Environments
    Active
    Dept Of Defense
    The Department of Defense, specifically the Crane Army Ammunition Activity, is seeking proposals for the maintenance and repair of manufacturing equipment and systems used in both explosive and non-explosive operational environments under solicitation number W519TC-24-Q-MESS. The procurement aims to ensure operational readiness and safety by requiring contractors to provide labor, materials, and tools to restore equipment to original equipment manufacturer (OEM) specifications, with a focus on technical expertise in hydraulics, pneumatics, electronics, and automation. This contract is critical for maintaining the functionality of diverse machinery, including lathes and CNC mills, essential for military operations. Proposals are due by September 24, 2024, with questions accepted until September 18, 2024; interested parties should contact Contract Specialist Dora Smith at dora.d.smith5.civ@army.mil or Contracting Officer Bryce Willett at bryce.t.willett.civ@army.mil for further details.
    F--099 All Other Professional, Scientific, and Technical Service
    Active
    Dept Of Defense
    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.
    Craney Island Earthwork IDIQ FY24
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking construction services for the Craney Island Earthwork IDIQ project in Portsmouth, VA. The project involves site maintenance and improvements at CIDMMA, a confined upland dredge material placement site. The work includes excavation, reclamation, transport of materials, and construction of site improvement infrastructure projects. The contract will be a three-year Indefinite Delivery Indefinite Quantity (IDIQ) contract with multiple task orders expected. The estimated value of the contract is $75,000,000. The procurement is set aside for small businesses. The solicitation is anticipated to be posted on the Procurement Integrated Enterprise Environment (PIEE) website in February 2024 for a 30-day period. Interested firms should monitor the website for updates.
    Facility Investment for Regional Maintenance of Grease Trap Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Mid-Atlantic, is seeking qualified contractors for a Facility Support, Firm Fixed Price (FFP)/Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on providing Facility Investment services for grease trap maintenance at various Naval facilities in Virginia. The contractor will be responsible for all labor, management, supervision, tools, materials, and equipment necessary for both recurring and non-recurring services related to grease traps, kitchen exhaust systems, and other related facilities. This procurement is crucial for maintaining compliance and safety in facility operations, ensuring effective service delivery across multiple installations. The solicitation is set to be posted electronically on SAM.gov by September 18, 2024, with proposals due at least 30 days thereafter. Interested contractors must register in the System for Award Management (SAM) to be eligible for award, and inquiries should be directed to Asia Bracey at asia.c.bracey.civ@us.navy.mil or by phone at 757-341-1226.
    Z--Maintenance and Repair Multiple Award Construction Contracts
    Active
    Dept Of Defense
    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.
    BOSC for Naval Weapons Station Seal Beach
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southwest, is soliciting proposals for an 8(a) small business set-aside contract for Base Operating Support Contract Services at Naval Weapons Station Seal Beach, California, covering the fiscal years 2025-2030. The contract encompasses a range of recurring and non-recurring services, including facilities support, custodial services, pest control, waste management, grounds maintenance, and utilities management, as detailed in the Performance Work Statement. These services are critical for maintaining operational readiness and ensuring the effective functioning of the naval facilities. Interested contractors should reach out to Christopher Dela Cruz at christopher.r.delacruz.civ@us.navy.mil or 619-705-4922, or Abigail Ferdon at abigail.c.ferdon.civ@us.navy.mil or 619-705-4935 for further information.