ADMINISTRATIVE & LOGISTICS SUPPORT SERVICES
ID: N6470925R0004Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYSTRATEGIC WEAPONS FAC LANT FINANCIAKINGS BAY, GA, 31547-2634, USA

Set Aside

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

    The Department of Defense, specifically the Strategic Weapons Facility Atlantic, is conducting market research to identify qualified firms capable of providing administrative and logistics support services for the Marine Corps Security Force Battalion (MCSFBN) at Kings Bay, Georgia. The procurement encompasses a range of services including program management, administrative support, training, and logistics, with a particular focus on compliance with Federal Acquisition Regulation standards. This initiative is crucial for ensuring effective service delivery to support national security missions, particularly for managing operations involving approximately 1,000 military personnel. Interested small businesses are encouraged to submit capability statements by November 6, 2024, to the SPK12 Contracts/Procurement Division at SPK12CONTRACTS@SWFLANT.NAVY.MIL, as the anticipated contract will follow a Firm Fixed Price format for a base year with four options and a potential six-month extension.

    Point(s) of Contact
    SPK12 CONTRACTS/PROCUREMENT DIVISION
    SPK12CONTRACTS@SWFLANT.NAVY.MIL
    Files
    Title
    Posted
    The SOURCES SOUGHT NOTICE (SSN) issued by the Strategic Weapons Facility, Atlantic seeks market research for administrative and logistics support services for the Marine Corps Security Force Battalion (MCSFBN) at Kings Bay, GA. The contract will encompass various roles, including program management, administrative support, training, and logistics, with an emphasis on compliance with Federal Acquisition Regulation standards. Interested firms, particularly small businesses, are invited to submit capability statements demonstrating relevant experience and qualifications. The SSN outlines specific personnel requirements, including 39 full-time equivalents (FTEs) with active security clearances, emphasizing the need for expertise in managing operations for approximately 1,000 military members. The anticipated contract will follow a Firm Fixed Price format, running for a base year with four options and a possible six-month extension. Final submissions are due by November 6, 2024, indicating the government’s intent of gathering information to gauge industry capability without committing to contract awards. This effort highlights the government's strategic focus on ensuring effective service delivery in critical operational areas to support national security missions.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    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.
    Logistics and Warehouse Support
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center in San Diego, is seeking industry capabilities for a forthcoming contract focused on providing Logistics and Warehouse Support Services. The contractor will be responsible for a range of tasks including administrative and logistics support, financial analysis, inventory management, material transportation coordination, and technical training, all aimed at ensuring operational readiness for the Explosive Ordnance Disposal Expeditionary Support Unit One and Group One at Naval Amphibious Base Coronado, California. This contract is critical for maintaining supply chain efficiencies and compliance with DOD safety regulations, with a strong emphasis on quality assurance and rigorous reporting processes. Interested firms must submit a Statement of Capability by October 31, 2024, to Patricia Castillo at patricia.castillo26.civ@us.navy.mil, and are encouraged to provide detailed information regarding their capacity, past performance, and business size, as the government will not reimburse any costs incurred in response to this notice.
    NSWC-Panama City Support Vessel
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information on a U.S. flag, Jones Act qualified vessel to support Naval Special Warfare missions based in Panama City, Florida. The vessel must meet specific operational requirements, including a minimum transit speed of 20 knots, the capacity to accommodate 12 personnel for up to ten days, and essential equipment such as a stern crane and A-frame, to facilitate at-sea research, development, testing, and evaluation. This procurement is critical for ongoing naval operations within the Gulf of Mexico and Atlantic Ocean, with an estimated operational tempo indicating frequent and extended use at sea. Interested parties are invited to submit their vessel specifications, estimated costs, and company qualifications by November 6, 2024, and may contact Jordan Schwaner or Reah Norris for further information.
    Multi-Function Support Services in support of PWD Mid-South Navy Operational Support Centers (NOSCs) at Chattanooga, TN; Knoxville, TN; St. Louis, MO; and Kansas City, MO
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is soliciting proposals for Multi-Function Support Services to support the Public Works Department (PWD) Mid-South Navy Operational Support Centers (NOSCs) located in Chattanooga, TN; Knoxville, TN; St. Louis, MO; and Kansas City, MO. The procurement aims to provide comprehensive facilities support services, which are crucial for maintaining operational readiness and efficiency at these military installations. This opportunity is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 561210 for Facilities Support Services. Interested parties can reach out to Kendra McMahon at kendra.l.mcmahon.civ@us.navy.mil or by phone at 904-521-7608 for further details.
    R--Professional, Administrative, and Management Support Services
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, specifically the Department of the Navy, is seeking professional, administrative, and management support services for the Office of Civilian Human Resources at the Stennis Operations Center in Jacksonville, Florida. This requirement is expected to be set-aside for small business concerns. The anticipated start date is September 30, 2019, and the contract will be firm-fixed price. Interested parties should review the FedBizOpps website for the solicitation and attachments. The expected issue date for the solicitation is around August 15, 2019, with a contract award date around September 27, 2019. No verbal or phone conversations will be accepted, and all questions should be submitted in writing.
    PRODUCT FAMILY SUPPORT SERVICES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Southwest Regional Maintenance Center (SWRMC) of the Department of the Navy, is preparing to solicit proposals for Product Family Support Services under solicitation N55236-25-R-3000. The objective of this procurement is to secure a contractor capable of providing a comprehensive range of maintenance, repair, and assessment services to support the U.S. Navy fleet, particularly focusing on intermediate-level maintenance and repair for over 100 surface ships and submarines. This contract, which will be awarded as a Cost-Plus Fixed-Fee arrangement, is crucial for ensuring the operational readiness of naval assets in the Southwest U.S. region and is anticipated to have a base period of twelve months with four one-year options. Interested vendors should direct their inquiries to Kathy Choi or Dayen Lagunas via email by November 8, 2024, as a formal solicitation is expected to be issued in November 2024, with contract award anticipated in the fourth quarter of fiscal year 2025.
    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.
    Military Sealift Command GE Services Source Sought Notice
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is conducting a market survey to identify potential contractors for engineering services related to General Electric Power Conversion machinery on MSC vessels. The primary objective is to assess the technical and financial capabilities of vendors to provide maintenance and support for propulsion and electrical generation systems, which are critical for the operational readiness of the fleet. Key tasks for the selected contractor will include program management, technical support, engineering services, supply support for parts, and training, with a focus on evaluating machinery control systems and ensuring cybersecurity measures are in place. Interested vendors must submit their capability statements by October 31, 2024, and should contact Shelby Probert or Kourtney Brooks for further information regarding this sources sought notice.
    Marine Mammal Boats
    Active
    Dept Of Defense
    The Department of Defense, through 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 support the Naval Information Warfare Center's Marine Mammal Program, which is crucial for the detection, location, marking, and recovery of 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 assess the market and determine the appropriate acquisition method.
    EPF Layberth Multiple Award Contract - Indefinite Delivery Indefinite Quantity
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command, is seeking qualified small businesses to provide layberth services for Expeditionary Fast Transport (EPF) vessels under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The contractor will be responsible for ensuring secure berthing facilities that can accommodate at least two EPF vessels, including necessary maintenance capabilities and compliance with safety and operational standards. This procurement is critical for maintaining the operational readiness of military vessels, with the contract set to commence on December 1, 2024, and an estimated award date of January 15, 2025, lasting for five years. Interested parties should prepare for the solicitation to be available on SAM.gov around October 31, 2024, and may contact Jamiel Blizzard at jamiel.n.blizzard.civ@us.navy.mil or 757-443-5906 for further information.