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
ID: N6247324R0031Type: Presolicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    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 metropolitan San Diego area, including Naval Bases San Diego, Point Loma, Coronado, and Marine Corps Air Station Miramar. This procurement is specifically set aside for SBA Certified Women-Owned Small Businesses (WOSB) 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 two optional extensions, a total maximum value of $99 million, and task orders ranging from $2,000 to $1 million, with a minimum guarantee of $5,000. Interested contractors must ensure their registration in the System for Award Management (SAM) and monitor the specified websites for the Request for Proposal, which is expected to be posted around May 5, 2025. For further inquiries, contact Heather Race at heather.l.race.civ@us.navy.mil or (619) 705-4676.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a "Sources Sought - Contractor Information Form" used to collect detailed information from contractors regarding their capabilities, bonding capacity, and project experience relevant to a specific solicitation. It includes sections for contractor details, type of business, project history, and contact information, requiring specific project data, including contract numbers, award dates, and project descriptions. The form is designed to support the selection process by gathering essential data about firms' qualifications and experience while ensuring the completion of information within specified parameters.
    The U.S. Navy is seeking qualified small businesses, including those with specific SBA certifications, for a Job Order Contract to handle general construction projects within various government facilities in Metropolitan San Diego. The contract will have a maximum duration of eight years and an estimated total price of $99 million, with potential task orders ranging from $2,000 to $1 million. Interested firms must submit detailed information regarding their capabilities, experience, and safety records by June 28, 2024, via email.
    Similar Opportunities
    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.
    Marine Boatyard Support and Industrial Support Lot III Follow-on MAC-IDIQ
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is preparing to issue a Request for Proposal (RFP) for the Marine Boatyard Support and Industrial Support Lot III Follow-on MAC-IDIQ contract. This procurement aims to secure management, material support services, labor, supplies, and equipment necessary for marine boatyard and industrial support, including modifications, upgrades, and repairs to various non-commissioned boats and crafts primarily in the San Diego area. The successful contractor will be responsible for pier-side repairs and must adhere to the latest specifications and standards, with the contract expected to be awarded as a Firm-Fixed Price (FFP) solicitation in January 2026. Interested small businesses are encouraged to contact Natalie Arenz or Alondra Moreno for further information and to monitor the solicitation's release on the designated government websites.
    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.
    DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project
    Dept Of Defense
    The U.S. Army Corps of Engineers, Seattle District, is seeking interested business sources for the DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project located at Camp Pendleton, California. This opportunity involves a firm-fixed-price construction contract estimated between $25 million and $100 million, focusing on the renovation of a 140,000 sq ft warehouse and 19,000 sq ft of administrative facilities, with a construction period of approximately 18 months. Interested firms are required to submit a capabilities package by January 9, 2026, detailing their qualifications, past project experience, and potential for small business subcontracting, with all submissions directed to Briana Armstrong and Andrea Jackson via email. All interested parties must also be registered in the System for Award Management (SAM) to be eligible for contract award.
    M0068126Q0004 Chemical Toilets RFQ
    Dept Of Defense
    The Department of Defense, specifically the Commanding General of the Department of the Navy, is soliciting proposals for a Firm-Fixed-Price (FFP) service contract to provide chemical toilets and hand-washing stations, along with cleaning services, at various Marine Corps installations in Southern California. The contract will cover locations including Marine Corps Base Camp Pendleton, Naval Weapons Station Fallbrook, Marine Corps Recruit Depot San Diego, and Marine Corps Air Station Miramar, with services required in rugged, off-road environments necessitating all-terrain vehicles. The contract has a base ordering period of one year, with options for two additional one-year periods and a potential six-month extension, emphasizing the importance of timely and quality service delivery. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), must submit their quotes by January 9, 2026, and can direct inquiries to Nicholas Vonbargen at nicholas.vonbargen@usmc.mil or John Rutkowsky at john.rutkowsky@usmc.mil.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services at Marine Corps Installations (MCI) East, covering North and South Carolina. The procurement aims to award approximately five Firm Fixed Price (FFP) contracts, with a total estimated construction cost not exceeding $975 million over five years, focusing on projects ranging from $25 million to $150 million, including the initial seed project, the P-1538 SOF Armory at Camp Lejeune, NC. This initiative is critical for enhancing military infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by 2:00 PM local time on September 23, 2025, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction services, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The selected contractors will be responsible for a variety of construction tasks, including new construction, renovation, and demolition of facilities supporting military operations. Interested parties must submit both price and non-price proposals by January 14, 2026, with inquiries directed to Holly Snow at holly.r.snow.civ@us.navy.mil or Molly Lawson at Molly.e.lawson.civ@us.navy.mil.
    MARITIME COURSES OF INSTRUCTION
    Dept Of Defense
    The Department of Defense, through the Naval Special Warfare Command, is seeking proposals from qualified Women-Owned Small Businesses (WOSB) to provide Maritime Courses of Instruction (COI) under solicitation H9224026QE008. The objective is to deliver comprehensive maritime training for Special Warfare Combatant-craft Crewmen (SWCC) personnel, ensuring compliance with USCG standards and enabling advanced navigational skills through various courses, including 100T Masters and RADAR Observer Unlimited. This five-year contract, with a total award amount of $16,500,000, emphasizes the importance of high-quality maritime training for military personnel and includes specific requirements for course materials and performance reporting. Interested parties must submit their questions by January 5, 2026, and can contact John M. Knizner at john.knizner@socom.mil or 619-537-1872 for further information.
    $90M Indefinite Delivery Indefinite Quantity (IDIQ), Sustainment Restoration and Modernization (SRM) Construction, Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is issuing a solicitation for a $90 million Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on Sustainment Restoration and Modernization (SRM) construction projects. This Multiple Award Task Order Contract (MATOC) is exclusively set aside for small businesses and aims to support both Design-Build (DB) and Design-Bid-Build (DBB) construction efforts within the Philadelphia District and the North Atlantic Division's Areas of Responsibility. The scope encompasses a wide range of construction activities, including renovation, new construction, and minor repairs, with a focus on various construction disciplines such as mechanical, electrical, and HVAC systems. Interested small business contractors must submit their Phase 1 proposals by February 2, 2026, at 5 PM EST, and can contact Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil or 215-656-6761 for further information.
    General Construction Multiple Award Construction Contract
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking qualified small business contractors for a General Multiple Award Construction Contract (MACC) valued at up to $98 million over five years. This opportunity involves Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for general construction, maintenance, repair, renovation, alteration, and demolition projects primarily at NSWC IHD in Maryland, with potential work at other naval facilities across the United States. Interested contractors must submit a capabilities statement package, including a Contractor Information Form, by February 2, 2026, and can apply for either the Small Business General MACC or the 8(a) General MACC, but not both. For further inquiries, interested parties may contact Kirk Thorne at kirk.e.thorne.civ@us.navy.mil or by phone at 301-744-2596.