N44255-24-R-2500 WEST SOUND BASE OPERATIONS SUPPORT SERVICES
ID: N4425524R2500Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM NORTHWESTSILVERDALE, WA, 98315-1101, USA

NAICS

Facilities Support Services (561210)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)
Timeline
  1. 1
    Posted Mar 14, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 14, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 10:00 PM UTC
Description

The Department of Defense, through the Naval Facilities Engineering Command Northwest (NAVFACSYSCOM NORTHWEST), is seeking proposals for Base Operations Support Services at Naval Base Kitsap, Washington. This procurement aims to provide comprehensive facilities support services, which are crucial for maintaining operational readiness and efficiency at the naval base. Interested contractors should note that the solicitation falls under the NAICS code 561210, focusing on Facilities Support Services, and the PSC code S216, which pertains to housekeeping and facilities operations support. For further inquiries, potential bidders can contact Liliana Sanchez at liliana.m.sanchez.civ@us.navy.mil or Cynthia Swink at cynthia.l.swink.civ@us.navy.mil, with the primary contact number being 360-396-6707.

Files
No associated files provided.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Z--Kings Bay Base Operations Support (BOS) I Services
Buyer not available
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.
Marine Corps Base Camp Pendleton (MCBCP) Base Operations Support Contract (BOSC)
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is soliciting proposals for the Marine Corps Base Camp Pendleton (MCBCP) Base Operations Support Contract (BOSC). This contract is a Total Small Business Set-Aside and aims to provide comprehensive facilities support services, including housekeeping and operations support at the Marine Corps Base in California. The services are critical for maintaining operational readiness and ensuring a safe and efficient environment for military personnel. Interested parties should contact Courtney Severino at courtney.w.severino.civ@us.navy.mil or 619-705-5473, or Abigail Ferdon at abigail.c.ferdon.civ@us.navy.mil or 619-705-4935 for further details regarding the solicitation and any amendments, including the recent change to the response date.
Z--Mayport Base Operations Support (BOS) II Services
Buyer not available
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.
Administrative, Warehouse, Industrial, and Laydown Space Puget Sound Naval Shipyard & Intermediate Maintenance Facility, WASHINGTON Naval Sea Systems Command (NAVSEASYSCOM)
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Pacific, is soliciting offers for a 10-year lease of approximately 748,235 square feet of administrative, warehouse, industrial, and laydown space at the Puget Sound Naval Shipyard in Bremerton, Washington. This procurement aims to address the operational space requirements associated with the Shipyard Infrastructure Optimization Plan (SIOP), facilitating the Navy's modernization and expansion efforts during infrastructure upgrades. The leased space will support various operational functions and accommodate up to 867 personnel, ensuring seamless operations throughout the construction period. Interested offerors must submit their proposals by May 26, 2025, with pre-proposal inquiries due by May 2, 2025. For further information, contact Zachary Schuhart at zachary.t.schuhart2.civ@us.navy.mil or Barbara Buckhalter at barbara.buckhalter@salasobrien.com.
Multi-Function Support Services (MFSS) at Navy Reserve Center (NRC) Miami, FL; NRC West Palm Beach, FL; and NSWCCD Dania Beach, FL
Buyer not available
The Department of Defense, through the Navy Facilities Engineering Command Southeast, is soliciting proposals for Multi-Function Support Services (MFSS) at the Navy Reserve Centers in Miami and West Palm Beach, FL, as well as the Naval Surface Warfare Center in Dania Beach, FL. This procurement encompasses a range of services including facility management, custodial services, pest control, integrated solid waste management, and grounds maintenance, requiring the contractor to provide all necessary labor, supervision, tools, materials, and equipment. These services are critical for maintaining operational readiness and ensuring the effective management of Navy facilities. Interested vendors should contact Stephanie Menciano at stephanie.s.menciano.civ@us.navy.mil or 904-542-6953, or CARI FIEBACH at cari.l.fiebach.civ@us.navy.mil or 904-504-1524 for further details regarding the 8(a) set-aside opportunity.
Roofing Multiple Award Construction Contract
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Northwest, is soliciting proposals for a Roofing Multiple Award Construction Contract (MACC) aimed at roofing construction, repair, and alteration of naval facilities across several states, primarily in Washington. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract is exclusively set aside for small businesses, with a focus on the roofing contractors under NAICS code 238160, which has a small business size standard of $19 million. The work will encompass various locations within the NAVFAC Northwest Area of Responsibility, including Washington, Oregon, Idaho, Montana, Alaska, Iowa, Minnesota, North Dakota, South Dakota, Nebraska, and Wyoming. Interested contractors can reach out to Nancy Coffee at nancy.m.coffee.civ@us.navy.mil or Jodus Hortin at jodus.d.hortin.civ@us.navy.mil for further details.
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.
N4425525R1504 Waterfront MACC, NAVFAC Northwest
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Northwest, is preparing to solicit proposals for a Waterfront Multiple Award Construction Contract (MACC) aimed at addressing construction needs within its area of responsibility, primarily in Washington State. This procurement will encompass a range of construction activities, including new construction, renovation, and repair of marine facilities such as piers, wharves, and docks, with a total contract value not to exceed $700 million and individual task orders ranging from $100,000 to $200 million. Interested contractors should note that the solicitation is expected to be issued in May 2025, with a two-phase proposal process and a minimum guarantee for all MACC awardees. For further inquiries, potential offerors can contact Emily Slate at emily.m.slate.civ@us.navy.mil or Nancy Coffee at nancy.coffee@navy.mil.
N44255-25-R-1502, Pre-Solicitation Notice; NAVFAC NW – GRANDE MULTIPLE AWARD CONSTRUCTION CONTRACT (GRANDE MACC)
Buyer not available
The Department of Defense, through the NAVFACSYSCOM Northwest, is preparing to issue a presolicitation notice for the Grande Multiple Award Construction Contract (Grande MACC) under solicitation number N44255-25-R-1502. This opportunity is set aside for small businesses and focuses on commercial and institutional building construction, specifically involving the construction of miscellaneous buildings in Silverdale, Washington. The contract is significant for supporting various construction projects within the Navy's infrastructure, ensuring that facilities meet operational needs. Interested parties can reach out to Shelby Flowers at shelby.l.flowers4.civ@us.navy.mil or by phone at 360-396-0084, or contact Nancy Coffee at nancy.m.coffee.civ@us.navy.mil or 360-396-0262 for further information.
Utility Services Master Basic Ordering Agreement (BOA)
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Northwest (NAVFACSYSCOM NW), is seeking utility service providers to establish a Limited-Source Utility Service Master Basic Ordering Agreement (BOA) for energy management services. This procurement aims to enhance energy and water efficiency, energy demand reduction, and provide emergency utility work, primarily within Washington State, under NAICS Codes 221122 and 221210. The total capacity of the Master BOA is capped at $99 million, with a performance period of five years, during which multiple BOAs will be awarded to qualified providers. Interested parties should direct inquiries to Eleanor Drake at eleanor.drake.civ@us.navy.mil or Cynthia Swink at cynthia.l.swink.civ@us.navy.mil, as no funding will be obligated at this stage, and the solicitation will remain open until the agreement capacity is reached.