EMERGENCY RESPONSE BASIC ORDERING AGREEMENT (BOA), VFA-125 F-35C AVIATION MISHAP RESPONSE, NAS LEMOORE CA
ID: N6247325R0123Type: Special Notice
Overview

Buyer

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

NAICS

Remediation Services (562910)

PSC

OTHER ENVIRONMENTAL SERVICES (F999)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command Southwest (NAVFAC SW), intends to award a Basic Ordering Agreement (BOA) for emergency response services related to aviation mishaps at Naval Air Station Lemoore, California. The procurement aims to secure the capabilities of Enhanced Environmental & Emergency Services Inc. for urgent tasks including site evaluations, emergency removal actions, and incident management support, with a performance period from August 2025 to August 2026. This opportunity is critical for ensuring rapid and effective responses to aviation-related emergencies, thereby safeguarding personnel and property. Interested parties may contact Aileengail Soriano at aileengail.m.soriano.civ@us.navy.mil or Richard Spagnuolo at richard.j.spagnuolo.civ@us.navy.mil for further information, noting that this notice is not a request for proposals.

    Point(s) of Contact
    Similar Opportunities
    Emergency Response Basic Ordering Agreement
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources capable of providing emergency response services through a Basic Ordering Agreement (BOA) for oil spill containment, cleanup, and mitigation across U.S. waters. The procurement aims to identify contractors who can deliver all necessary labor, materials, equipment, and supervision to effectively respond to hazardous substance incidents, with coverage extending to all U.S. territories, including Puerto Rico and Guam. This initiative is critical for maintaining environmental safety and compliance with the U.S. Coast Guard's Oil Spill Removal Organization (OSRO) Classification Program, which ensures that responders meet specific operational standards. Interested parties must submit their capability statements, including detailed company information and past performance records, to Susan B. Lawson at susan.b.lawson@uscg.mil and Axel Doody at axel.f.doody@uscg.mil by the specified deadline, as this notice serves solely for market research and does not constitute a solicitation for proposals.
    Environmental Remedial Action Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Atlantic, is seeking qualified small businesses for an Environmental Remedial Action Multiple Award Contract. This procurement aims to address the repair or alteration of restoration of real property, which is critical for environmental remediation efforts. The selected contractors will play a vital role in executing projects that contribute to the restoration of affected sites, ensuring compliance with environmental regulations. Interested parties can reach out to Mary Lassiter at mary.lassiter@navy.mil or call 757-322-4593 for further details regarding this opportunity.
    Environmental Remedial Action Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Atlantic, is seeking proposals for an Environmental Remedial Action Multiple Award Contract aimed at small businesses. This contract will focus on the repair, alteration, and restoration of real property, addressing environmental remediation needs. Such contracts are crucial for maintaining compliance with environmental regulations and ensuring the safety and sustainability of military installations. Interested parties can reach out to Mary Lassiter at mary.lassiter@navy.mil or call 757-322-4593 for further details regarding the procurement process.
    Environmental Remedial Action Contract
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Atlantic, is seeking qualified small businesses for an Environmental Remedial Action Multiple Award Contract. This procurement aims to address the repair or alteration of restoration of real property, emphasizing environmental remediation efforts. The selected contractors will play a crucial role in managing and executing projects that contribute to environmental restoration and compliance. Interested parties can reach out to Mary Lassiter at mary.lassiter@navy.mil or call 757-322-4593 for further information regarding this opportunity.
    Establishment of Basic Ordering Agreement (BOA) of various NIINs in support of ALRE Support Equipment
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking eligible contractors to establish a Basic Ordering Agreement (BOA) for various National Item Identification Numbers (NIINs) in support of Aviation Launch and Recovery Equipment (ALRE). The procurement involves the evaluation, repair, and modification of specific structural and mechanical components, including items such as structural beams, winch pump assemblies, and lever assemblies, as detailed in the attached document. These components are critical for maintaining operational readiness and safety in naval aviation operations. Interested parties must submit capability statements within 15 days of this notice and can contact Tia Johnson at Tia.Johnson.CIV@us.navy.mil for further information. Source approval is required, and the government will not delay the award process pending approval of new sources.
    B-121 Repair HVAC deficiencies in operations building
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is soliciting bids for the repair of HVAC deficiencies in the operations building located at NAS Lemoore, California. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and aims to ensure the operational efficiency and comfort of the facility. Interested contractors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number N6247322RX004. For inquiries, potential bidders may contact Jocelynn Jacobson at jocelynn.l.jacobson.civ@us.navy.mil or by phone at 559-998-3844.
    Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) Availabilities Including Option Year Quantities
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), intends to award a sole source contract to Walashek Industrial and Marine, Inc. for the completion of up to seven Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) availabilities, including option year quantities. This Firm-Fixed Price contract will encompass necessary material and labor to address emergent issues identified during pre-overhaul tests and inspections, ensuring the crafts are returned to the Fleet in a fully mission-capable status. The LCACs are critical for amphibious operations, and this contract aims to extend their service life beyond previous modernization efforts. Interested parties may submit capability statements to Ryan Ksanznak at ryan.m.ksanznak.civ@us.navy.mil and Megan Johnson at megan.e.johnson90.civ@us.navy.mil within 15 days of this notice, although the government does not guarantee a response or reimbursement for submissions.
    Competitive Basic Ordering Agreements (BOAs) for Unmanned Aircraft System (UAS) Contractor Owned Contractor Operated (COCO) Intelligence, Surveillance, and Reconnaissance (ISR) Services, (PMA-263)
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIRSYSCOM), is seeking to establish Competitive Basic Ordering Agreements (BOAs) for contractor-owned, contractor-operated Unmanned Aircraft System (UAS) Intelligence, Surveillance, and Reconnaissance (ISR) services. The procurement aims to provide UAS ISR capabilities to support multiple combatant commands, requiring contractors to supply trained personnel, non-developmental UAS equipment, and operational support for around-the-clock ISR missions. These services are critical for domestic and coalition military operations, addressing urgent operational needs and fleet requirements. Interested parties can reach out to Heather Buckler at heather.m.buckler.civ@us.navy.mil or Kristen Ferro at kristen.w.ferro.civ@us.navy.mil for further information, noting that this notice is for informational purposes only and does not constitute a request for competitive proposals.
    Base Operations Support (BOS) Services at Naval Air Station (NAS) Corpus Christi, TX; NAS Kingsville, TX; and Outlying Areas
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast (NAVFACSYSCOM SOUTHEAST), is seeking qualified contractors to provide Base Operations Support (BOS) Services at Naval Air Station (NAS) Corpus Christi, NAS Kingsville, and surrounding areas in Texas. The procurement aims to ensure efficient facility operations and maintenance, which are critical for supporting military readiness and operational capabilities at these naval installations. This opportunity is set aside for 8(a) competed firms under the NAICS code 561210, which pertains to Facilities Support Services, and the PSC code S216, related to housekeeping and facilities operations support. Interested parties can reach out to Courtney Peterson at courtney.j.peterson3.civ@us.navy.mil or call 904-860-5758 for further details.
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NAVSEA HQ, is seeking to award a sole source contract for the New England Maintenance Manpower Initiative (NEMMI) related to non-nuclear submarine services. This procurement aims to provide essential maintenance support for combat ships and landing vessels, ensuring operational readiness and efficiency within the naval fleet. The justification for this contract, identified as N00024-23-C-4300, is documented in the attached approval file, emphasizing the critical nature of these services. Interested parties can reach out to Thomas Kohler at thomas.j.kohler11.civ@us.navy.mil or 202-789-4067, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.