Commercial Industrial Services (CIS) Scaffolding Services Follow-on, Multiple Award Contract, Indefinite Delivery Indefinite Quantity (MAC-IDIQ)
ID: N5523624R0008Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYSOUTHWEST REGIONAL MAINT CENTERSAN DIEGO, CA, 92136-5205, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

SCAFFOLDING EQUIPMENT AND CONCRETE FORMS (5440)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 7:25 PM UTC
Description

The Department of Defense, through the Southwest Regional Maintenance Center, is seeking proposals for Commercial Industrial Services (CIS) Scaffolding Services under a multiple award indefinite delivery indefinite quantity (MAC-IDIQ) contract. The procurement aims to provide labor, services, equipment, and materials for the on-load, assembly, certification, modification, disassembly, and offload of scaffolding and fall protection materials onboard U.S. Navy ships within a 50-mile radius of San Diego, CA. This contract is crucial for maintaining operational readiness and safety standards aboard naval vessels. Interested small businesses are encouraged to contact Mira Brown at miramaje.c.brown.civ@us.navy.mil or Roderick Rioveros at roderick.q.rioveros.civ@us.navy.mil to receive notifications regarding the Request for Proposal (RFP) posting, which is expected to be awarded based on best-value procurement criteria, including past performance and technical evaluations.

Files
Title
Posted
Sep 3, 2024, 7:04 AM UTC
Sep 3, 2024, 7:04 AM UTC
Sep 3, 2024, 7:04 AM UTC
Sep 3, 2024, 7:04 AM UTC
Sep 3, 2024, 7:04 AM UTC
Sep 3, 2024, 7:04 AM UTC
Sep 3, 2024, 7:04 AM UTC
Sep 3, 2024, 7:04 AM UTC
Sep 3, 2024, 7:04 AM UTC
Sep 3, 2024, 7:04 AM UTC
Sep 3, 2024, 7:04 AM UTC
Sep 3, 2024, 7:04 AM UTC
Sep 3, 2024, 7:04 AM UTC
Sep 3, 2024, 7:04 AM UTC
Sep 3, 2024, 7:04 AM UTC
Sep 3, 2024, 7:04 AM UTC
Sep 3, 2024, 7:04 AM UTC
Sep 3, 2024, 7:04 AM UTC
Sep 3, 2024, 7:04 AM UTC
Sep 3, 2024, 7:04 AM UTC
Sep 3, 2024, 7:04 AM UTC
Sep 3, 2024, 7:04 AM UTC
Sep 3, 2024, 7:04 AM UTC
Sep 3, 2024, 7:04 AM UTC
Sep 3, 2024, 7:04 AM UTC
Similar Opportunities
Commercial Industrial Services (CIS) Non-Skid Deck Covering Services Follow-On MAC-IDIQ
Buyer not available
The Department of Defense, through the Southwest Regional Maintenance Center, is issuing a Request for Proposal (RFP) for Commercial Industrial Services (CIS) Non-Skid Deck Covering Services to support U.S. Navy ships within a 50-mile radius of San Diego, CA. The selected offeror(s) will be responsible for providing all necessary labor, services, equipment, and materials for the removal of existing non-skid deck coverings and the installation of new systems, adhering to the latest specifications and NAVSEA Standard Items. This procurement is critical for maintaining the operational readiness and safety of Navy vessels, and it will be conducted as a multiple award indefinite delivery/indefinite quantity (IDIQ) contract with five ordering year periods, set aside exclusively for small businesses under NAICS code 336611. Interested parties should contact Alisha Bloor at alisha.r.bloor.civ@us.navy.mil or Cindy Wong at cindy.p.wong2.civ@us.navy.mil for further details, as proposals will be evaluated based on past performance, technical merit, and price.
Commercial Industrial Services (CIS) Hullboard Lagging Services Follow-On, Multiple Award Contract, Indefinite Delivery Indefinite Quantity (MAC-IDIQ)
Buyer not available
The Department of Defense, through the Southwest Regional Maintenance Center (SWRMC), is issuing a Request for Proposal (RFP) for Commercial Industrial Services (CIS) Hullboard Lagging Services, aimed at supporting U.S. Navy ships within a 50-mile radius of San Diego, CA. The selected contractors will be responsible for providing management, labor, services, equipment, and materials necessary for the removal, repair, and installation of hullboard lagging and insulation materials on Navy vessels. This procurement is critical for maintaining the operational readiness of the fleet and will be conducted as a multiple award indefinite delivery/indefinite quantity (IDIQ) contract with five ordering year periods, specifically set aside for small businesses under NAICS code 238310. Interested parties should contact Cindy Wong at cindy.p.wong2.civ@us.navy.mil or Alisha Bloor at alisha.r.bloor.civ@us.navy.mil for further details, as the evaluation will consider past performance, technical capabilities, and pricing.
IDIQ MACC SMALL BUSINESS SET-ASIDE FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF ROOFING PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is soliciting proposals for a multiple award construction contract (MACC) set aside for small businesses, focusing on new construction, renovation, and repair of roofing projects at various government installations. The procurement aims to award approximately three or more Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with work primarily anticipated in California, covering a range of roofing systems and associated tasks, including installation, maintenance, and emergency repairs. The total estimated value of the contracts is $200 million, with task orders ranging from $100,000 to $7.5 million, and a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Elson Muzada at elson.g.muzada.civ@us.navy.mil or Jaime Flores at jaime.r.flores4.civ@us.navy.mil for further details, and must register on the SAM.gov website to access the solicitation, which will be available in electronic format only.
Navy Expeditionary Combat Craft (NECC) Repairs
Buyer not available
The Department of Defense, through the Southwest Regional Maintenance Center, is seeking proposals for the repair of Navy Expeditionary Combat Crafts (NECC) ranging from 5 to 78 feet in length. The procurement aims to provide necessary management, labor, materials, and equipment for maintenance, upgrades, and repairs of non-commissioned boats and associated systems, primarily supporting various Naval Facilities in the San Diego area. This contract is crucial for ensuring that mission-ready boats and crafts are returned to service, with the anticipated solicitation to be issued as a Total Small Business Set-Aside in October 2024. Interested parties should contact Elisa Allison at elisa.r.allison.civ@us.navy.mil or Roderick Rioveros at roderick.q.rioveros.civ@us.navy.mil for notifications regarding the RFP posting and must be registered in the appropriate procurement systems to be eligible for award.
Navy Expeditionary Combat Craft (NECC) Repairs
Buyer not available
The Department of Defense, through the Southwest Regional Maintenance Center, is preparing to issue a Request for Proposal (RFP) for the repair of Navy Expeditionary Combat Crafts (NECC) ranging from 5 to 85 feet in length. The procurement aims to provide comprehensive management, material support services, labor, and equipment necessary for the maintenance, alteration, and repair of these crafts, primarily serving Naval Facilities in the San Diego area. This initiative is critical for ensuring the operational readiness of the Navy's fleet, with repairs expected to be conducted at contractor facilities within 50 miles of the 32nd Street Naval Base in San Diego. Interested small businesses are encouraged to contact Kristin Liljestrom or Alisha Bloor for notifications regarding the RFP, which is anticipated to be released in April 2025, under a Total Small Business Set-Aside with a firm-fixed price contract structure.
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 contract will cover work in the NAVFAC Northwest Area of Responsibility, which includes Washington, Oregon, Idaho, Montana, Alaska, Iowa, Minnesota, North Dakota, South Dakota, Nebraska, and Wyoming. Interested parties 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.
FRCSW C2 and C3 Hoist Inspection and Repair
Buyer not available
The Department of Defense, through the Fleet Readiness Center, is seeking qualified contractors to provide inspection, repair, and upgrade services for overhead electric traveling hoists, specifically for the C2 and C3 systems at Fleet Readiness Center Southwest (FRCSW) in North Island. The procurement includes the replacement and repair of hoists, associated hangers, runway rails, and electrical control systems, which are critical for maintaining operational efficiency and safety in military operations. This opportunity is set aside for small businesses under the SBA guidelines, and interested parties can reach out to Brandi Firestien at brandi.firestien@navy.mil or Tiffany Crayle at tiffany.l.crayle.civ@us.navy.mil for further details. The solicitation is currently open, and potential bidders should prepare their proposals accordingly.
Design Build and Design Bid Build Indefinite Delivery Indefinite Quantity Medium Multiple Award Construction Contract for the NAVFAC Area of Operations
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Southeast (NAVFAC SE), is seeking qualified small businesses to participate in a Design-Build and Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for various construction projects within its area of operations, primarily in the southeastern United States. The contract will encompass new construction, renovation, alteration, and repair of medium general construction projects, including facilities such as barracks, administrative buildings, and medical facilities, with a total funding ceiling of $1.5 billion over five years. Interested small businesses must submit proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) after the solicitation is released, which is expected to occur within 15 days of this presolicitation notice, with Phase-One proposals due no earlier than 30 days thereafter. For further inquiries, contact Matthew Abbott at matthew.j.abbott5.civ@us.navy.mil or Marina 'Gaby' Mote at marina.g.mote.civ@us.navy.mil.
Non-Skid Replacement, Preservation, and Maintenance of District Crafts
Buyer not available
The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, is seeking qualified contractors for the non-skid replacement, preservation, and maintenance of various small crafts. The procurement aims to ensure the operational readiness of small boats, including harbor security, utility, and work boats, by performing essential maintenance and structural work at the contractor's facility located within the Puget Sound region of Washington. This initiative is critical for maintaining the functionality and safety of government-operated vessels, with a contract ceiling of $5 million and an ordering period extending until August 2, 2028. Interested small businesses must submit their proposals by April 25, 2025, and can direct inquiries to Jeff Jaeckel at jeff.a.jaeckel.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.
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
Buyer not available
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.