Commercial Industrial Services (CIS) Follow-on, Multiple Award Contract, Indefinite Delivery Indefinite Quantity (MAC-IDIQ)
ID: N5523624R0008Type: Sources Sought
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
    Description

    The Department of Defense, through the Southwest Regional Maintenance Center, is soliciting 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 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 safety and operational efficiency during ship maintenance activities. Interested small businesses are encouraged to submit proposals, with the contract expected to span five years and evaluations based on past performance, technical capabilities, and pricing. For further inquiries, potential offerors can contact Mira Maje Brown at miramaje.c.brown.civ@us.navy.mil or Roderick Rioveros at roderick.q.rioveros.civ@us.navy.mil.

    Files
    Title
    Posted
    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.
    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.
    Messing & Berthing Barges IDIQ: Justification for an Excemption to Fair Opportunity
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract related to Messing and Berthing Barges. The procurement involves a range of services including cleaning and sanitizing, testing and inspections, replacing permanent filters, habitability repairs, decking repairs, and extensive interior preservation covering 215,000 square feet. These services are crucial for maintaining the operational readiness and safety of naval vessels. Interested parties can reach out to Warren D. Howell at warren.d.howell@navy.mil or call 757-771-5058 for further details regarding this opportunity.
    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 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.
    USS Iwo Jima RSL Sun Shields
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA) Mid-Atlantic Regional Maintenance Center, is seeking repair services for the USS Iwo Jima (LHD-7), specifically targeting the SRBOC, Ready Service Lockers, and Sun Shields. The repairs are critical to maintaining the operational readiness and safety of the vessel, ensuring that it meets the necessary standards for maritime operations. The period of performance for this contract is set from March 31, 2023, to May 31, 2023. Interested contractors can reach out to Cindy T. Sampson at cindy.t.sampson.civ@us.navy.mil or Elizabeth Marston at elizabeth.a.marston.civ@us.navy.mil for further details.
    YD Crane Rental and Tug Services at Naval Base San Diego, CA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southwest, is seeking contractors to provide Yard Derrick floating crane and tug services at Naval Base San Diego, California. This procurement aims to support fleet requirements in the San Diego area for a duration of 31 days, specifically from February 8, 2023, to March 10, 2023, with the possibility of extending the contract for three additional one-week options. These services are crucial for the efficient operation and logistical support of naval fleet activities in the region. Interested parties can reach out to Stephanie Scannell at stephanie.j.scannell2.civ@us.navy.mil or by phone at 408-373-2209 for further details regarding this opportunity.
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals from qualified contractors for dockside repair services for the USCGC GEORGE COBB (WLM 564) as part of the FY 2026 maintenance schedule. This procurement, identified by RFQ70Z08526QIBCT0011, requires a Firm Fixed Price Definitive Contract and emphasizes the importance of technical capability and past performance over price in the evaluation process. The scope of work includes various repair and maintenance tasks, such as fire prevention, inspection of hydraulic systems, and cleaning of exhaust piping, all critical for maintaining the operational readiness of the vessel. Interested parties must submit their proposals via email by January 9, 2026, with an anticipated award date of February 17, 2026. For further inquiries, contact Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.
    Y--IDIQ SB MACC FOR NEW CONSTRUCTION, REPAIR, AND RENOVATION OF VARIOUS FACILITIES AT PUBLIC WORKS DEPARTMENT (PWD) ANNAPOLIS, PAX RIVER, SOUTH POTOMAC AND ROICC ANDREWS NAVFAC WASHINGTON AOR
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Washington, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for new construction, repair, and renovation of various facilities at the Public Works Department (PWD) locations, including Annapolis, Pax River, South Potomac, and ROICC Andrews. The procurement involves providing comprehensive services such as repairs, renovations, new construction, and alterations to shore facilities and utilities, with work potentially extending to any NAVFAC location within the Continental United States. This contract is crucial for maintaining and enhancing the operational capabilities of government facilities, ensuring they meet current standards and requirements. Interested contractors can reach out to Frank G. Decker at frank.g.decker.civ@us.navy.mil or Tre'von Taylor at trevon.r.taylor2.civ@us.navy.mil for further information.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.
    Slewing Arm Davit (SLAD)
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for the Slewing Arm Davit (SLAD), a critical piece of deck machinery. This procurement aims to acquire a specialized system for overhead traveling crane, hoist, and monorail applications, which are essential for various naval operations. The contract is set aside for small businesses under the SBA guidelines, emphasizing the importance of supporting small enterprises in defense contracting. Interested vendors should reach out to Ryan Cunningham at ryan.t.cunningham3.civ@us.navy.mil or call 445-232-2103 for further details and to ensure their proposals align with the requirements outlined in the solicitation.