NAS KINGSVILLE STORM WATER MANHOLE AND CONCRETE REPAIR
ID: N6945025R0038Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM SOUTHEASTNAS JACKSONVILLE, FL, 32212-0030, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Z2QA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southeast, is soliciting proposals for the repair of storm water manholes and concrete at NAS Kingsville. This project aims to address critical infrastructure needs by ensuring the effective management of storm water systems, which are vital for maintaining operational readiness and environmental compliance. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under the NAICS code 236220, focusing on commercial and institutional building construction. Proposals are due by Tuesday, April 8, 2025, at 3:00 PM CST, and interested parties can contact Cynthia Ramos-Cisneros at cynthia.k.ramos-cisneros.civ@us.navy.mil or Danny Ortiz at danny.ortiz24.civ@us.navy.mil for further information.

    Files
    Title
    Posted
    The document pertains to Solicitation #N6945025R0038, which outlines a project for stormwater manhole and concrete repair at Naval Air Station (NAS) Kingsville, Texas. Scheduled for proposal submission by April 8, 2025, the project seeks to address the failure of concrete surrounding a storm drain inlet, resulting in its misalignment. The scope involves the removal, replacement, and reworking of the manhole and drop inlet to ensure proper functionality and alignment with the subsurface drainage system. The repair site is located in a parking area between buildings 4777 and 2712. The project is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, indicating a preference for eligible contractors. Key contacts for the solicitation include the contracting officer, Danny Ortiz, and contract specialist, Cyndi Cisneros. The exact contract award amount and contractor details are to be determined. Overall, this document serves to inform potential bidders about the project requirements and facilitate the procurement process within the federal contracting framework.
    Lifecycle
    Similar Opportunities
    Sources Sought Notice: Naval Air Station (NAS) Kingsville, TX
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is seeking qualified small business sources to provide non-personal, Government-owned, Contractor-operated (GOCO) aircraft fuel and ground fuel support services at Naval Air Station (NAS) Kingsville, Texas. The procurement aims to identify firms capable of operating and maintaining fuel facilities, including the necessary personnel, equipment, and supervision to manage petroleum products and associated services. This opportunity is critical for ensuring the efficient storage and distribution of fuel at the facility, with a contract expected to be awarded for a four-year base period, followed by a five-year option and a potential six-month extension. Interested parties must submit their responses by December 8, 2025, to the designated contacts, Annalise Henzler and Thea Miller-Smith, via email, and are encouraged to register in the System for Award Management (SAM) prior to submission.
    Y1DA--36C25726R0015 | 671-22-118 Replace Cast Iron Drain 2nd and 3rd Floor
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of cast iron drain lines and the chemical waste system on the 2nd and 3rd floors of the Audie L. Murphy Memorial Veterans Hospital in San Antonio, Texas. This project, identified as 671-22-118, requires contractors to provide all necessary labor, materials, and equipment, with a contract value estimated between $500,000 and $1,000,000. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the importance of maintaining operational continuity within the medical center while adhering to strict safety and regulatory standards. Proposals are due by December 9, 2025, at 2:00 PM CDT, and interested parties should contact Cassandra S. King at Cassandra.King@va.gov for further information.
    FY26 USNS KANAWHA MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the FY26 USNS KANAWHA Maintenance and Technical Assistance (MTA) contract. This procurement is aimed at securing services related to shipbuilding and repairing, with a focus on non-nuclear ship repair as indicated by the associated NAICS and PSC codes. The contract is set aside for small businesses, emphasizing the government's commitment to fostering small business participation in federal contracting. Interested parties must submit their proposals by December 12, 2025, at 3:00 PM EST, and can direct inquiries to Susan Bryant at susan.b.bryant.civ@us.navy.mil or by phone at 757-777-4648.
    Z2NE--660-23-101 | Rehabilitate Domestic Water Lines | Construction
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the rehabilitation of domestic water lines at the Salt Lake City VA Medical Center under Solicitation Number 36C25926R0003. This project, set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary labor, materials, equipment, and supervision, with an estimated contract value between $2 million and $5 million. The rehabilitation of these water lines is crucial for maintaining the operational integrity and safety of the medical facility, which serves veterans. Proposals are due via email by January 8, 2026, at 10:00 A.M. MT, and interested parties should contact Contract Specialist Mark A. Holland at Mark.Holland@va.gov for further information.
    Grounds Maintenance and Landscaping Services at NAS Oceana, Virginia Beach, VA, NNSY, Portsmouth, VA and Other Areas of Responsibility (AOR)
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), is seeking qualified small businesses to provide Grounds Maintenance and Landscaping Services at NAS Oceana in Virginia Beach, VA, and NNSY in Portsmouth, VA, among other Areas of Responsibility. The procurement aims to establish a Facility Support, Firm-Fixed Price (FFP)/Indefinite Delivery Indefinite Quantity (IDIQ) contract for both recurring and non-recurring services, with a total contract term not exceeding 66 months. This initiative is crucial for maintaining and enhancing the grounds and landscaping of military facilities, ensuring operational readiness and aesthetic standards. Interested parties must submit a capabilities package by December 16, 2025, detailing their relevant experience and qualifications, with a minimum yearly contract value of $700,000 anticipated. For further inquiries, contact Karen Richardson at karen.y.richardson3.civ@us.navy.mil or by phone at 757-341-1046.
    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.
    N62473-18-D-5860/N6247323F4507 EMERGENCY STORM DRAINAGE REPAIR, BASILONE ROAD AT MARINE CORP BASE (MCB), CAMP PENDLETON, CA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southwest, is seeking contractors for the Emergency Storm Drainage Repair project at Basilone Road, Marine Corps Base Camp Pendleton, California. This procurement involves the repair or alteration of sewage and waste facilities, addressing critical infrastructure needs to ensure effective storm drainage management. The project is vital for maintaining operational readiness and environmental compliance at the base. Interested contractors can reach out to Marcus J. Madero at marcus.j.madero@navy.mil or by phone at 760-725-8228 for further details regarding the contract, which is identified under the notice type "Justification."
    Y--CASA 324271, Castillo de San Marco National Monument, Repair and Raise Seawall
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to undertake the repair and raising of the seawall at Castillo de San Marcos National Monument in St. Augustine, Florida. The project entails the reconstruction of approximately 1,355 linear feet of seawall, including the demolition and construction of new seawalls with granite facades, rehabilitation of the existing Center Seawall, and the construction of new walkways and utilities, among other tasks. This significant construction effort, with a magnitude exceeding $10 million, is crucial for preserving the monument's structural integrity and accessibility. Interested parties must have an active registration on SAM.gov, with the Request for Proposal (RFP) expected to be issued electronically on or after December 8, 2025, and the anticipated period of performance set for 550 calendar days. For further inquiries, contact Joseph Wingfield at josephwingfield@nps.gov.
    Commercial Industrial Services (CIS) Safety Nets Fabrication Services
    Buyer not available
    The Department of Defense, through the Southwest Regional Maintenance Center, is soliciting proposals for Commercial Industrial Services (CIS) Safety Nets Fabrication Services, specifically for the removal and installation of safety nets on U.S. Navy ships within a 50-mile radius of San Diego, CA. The contract will require the successful offeror to provide labor, services, equipment, and materials for the fabrication, pre-fitting, weight testing, and installation of various types of safety nets, ensuring compliance with the latest specifications and NAVSEA Standard Items. This procurement is critical for maintaining safety standards aboard naval vessels and will be awarded as a multiple award indefinite delivery/indefinite quantity, firm-fixed price contract over a five-year base period, with a total small business set-aside. Interested parties should contact Alondra Moreno at alondra.moreno3.civ@us.navy.mil or 619-664-1869 for further details, and proposals must be submitted in accordance with the solicitation guidelines.
    DEWATERING PARTS
    Buyer not available
    The Department of Defense, through the Department of the Navy, is seeking proposals for the procurement of dewatering parts, specifically on a brand name basis from McMaster-Carr. This acquisition will be negotiated in accordance with FAR 6.302-1, utilizing the Commercial and Simplified Acquisition Procedures outlined in FAR Parts 12 and 13. The dewatering parts are essential for maintaining operational efficiency and reliability in naval operations, with the contract expected to be awarded as a firm-fixed price supply type. Interested vendors should note that the solicitation is anticipated to be posted on SAM.gov around December 5, 2025, with quotes due by December 10, 2025. For further inquiries, potential offerors can contact Taura Helms at taura.s.helms3@navy.mil or Denise Manor at Denise.e.manor.civ@us.navy.mil.