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
ID: N6945025R0001Type: Presolicitation
Overview

Buyer

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

NAICS

Facilities Support Services (561210)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)

Set Aside

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

    The Department of Defense, through the NAVFAC Southeast office, is seeking qualified small businesses to provide Multi-Function Support Services for the Navy Operational Support Centers (NOSCs) located in Chattanooga, TN; Knoxville, TN; St. Louis, MO; and Kansas City, MO. The contract will encompass a range of services including facility management, custodial services, pest control, integrated solid waste management, grounds maintenance, and pavement clearance, all of which are critical for maintaining operational readiness and facility standards. This performance-based requirement will be competitively procured under an Indefinite-Quantity contract, with a total performance period of up to five years, including a base year and four option years. Interested parties should contact Kendra McMahon at kendra.l.mcmahon.civ@us.navy.mil or call 904-542-0192 for further details, and the solicitation is anticipated to be issued on or after October 11, 2024.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Base Operations Support (BOS) Services, Naval Support Activity (NSA) Mid-South, Millington, Tennessee and Outlying Areas
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFAC Southeast, is soliciting proposals for Base Operations Support (BOS) Services at the Naval Support Activity (NSA) Mid-South in Millington, Tennessee. The procurement encompasses a wide range of services, including facility management, custodial services, pest control, utilities management, and grounds maintenance, all aimed at ensuring operational readiness and compliance with federal standards. This contract is particularly significant as it supports the maintenance and management of critical infrastructure within the Navy, emphasizing the importance of effective resource allocation and operational efficiency. Interested 8(a) certified firms must submit their proposals by 2:00 PM EDT on October 16, 2024, and can direct inquiries to Courtney Peterson at courtney.j.peterson3.civ@us.navy.mil.
    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.
    N62473-24-R-3210 Pre-Solicitation Notice
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is announcing a pre-solicitation notice for a competitive contract opportunity designated as N62473-24-R-3210. This procurement involves a 100% small business set-aside for a Firm-Fixed Price (FFP), Indefinite Delivery-Indefinite Quantity (IDIQ) Base Operating Support Contract (BOSC) specifically for Naval Base Coronado, California. The services sought fall under the Facilities Support Services category, which includes housekeeping and facilities operations support, highlighting the importance of maintaining operational readiness at the naval base. Interested parties can reach out to Christine Roundy at christine.a.roundy.civ@us.navy.mil or by phone at 619-705-4937, or contact Christopher Jennen at christopher.j.jennen.civ@us.navy.mil or 619-705-4920 for further details.
    Cheatham Lake Operation and Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Nashville District, is seeking qualified contractors for Operations and Maintenance Services at Cheatham Lake in Tennessee. The anticipated procurement involves a firm fixed-price requirements contract with a base period and four option years, covering essential services such as grass mowing, cleaning of recreational facilities, janitorial services, and facility maintenance. This opportunity is crucial for maintaining the recreational areas at Cheatham Lake, which is located on the Cumberland River, approximately 25 miles west of Nashville. Interested contractors must respond to the Sources Sought Notice by October 22, 2024, at 2:00 p.m. CDT, and can direct inquiries to Robert Allman at robert.t.allman@usace.army.mil or Ray Kendrick at ray.kendrick@usace.army.mil.
    Z--Mayport Base Operations Support (BOS) II Services
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Base Operations Support (BOS) II services at Naval Station Mayport, Jacksonville, Florida. This includes custodial, pest control, waste management, grounds maintenance, and landscaping services. The contract will be competitively procured as an 8(a) set-aside. The anticipated date of RFP issuance is on or after 1 April 2019.
    Professional Services to support the Navy’s Public Works Business Line for work predominantly within the NAVFAC Atlantic Area of Responsibility (AOR)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is seeking professional services to support the Navy’s Public Works Directorate, primarily within the NAVFAC Atlantic Area of Responsibility. The procurement involves providing operational support, logistics management, facility condition assessments, and energy efficiency surveys, with a focus on enhancing the efficiency and effectiveness of public works services. This contract, designated N6247023R9002, is a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract valued at up to $60 million over a maximum term of five years, including one base year and four optional periods. Proposals are due by 2:00 PM on October 9, 2024, and interested parties can contact Weston Polen at weston.c.polen.civ@us.navy.mil or by phone at 757-322-4749 for further information.
    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.
    Naval Base San Diego Base Operations Support Contract
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southwest (NAVFACSYSCOM), is soliciting proposals for a Base Operations Support Contract (BOSC) at Naval Base San Diego (NBSD) and its surrounding areas in California. This total Small Business set-aside opportunity encompasses a firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract that includes both recurring and non-recurring services across various operational areas such as Port Operations, Supply Services, Custodial, Pest Control, Grounds Maintenance, and Environmental Management. The services provided under this contract are vital for maintaining the operational readiness and efficiency of the naval base facilities. Interested parties can reach out to William Schreiber at william.c.schreiber2.civ@us.navy.mil or 619-705-4933, or Abigail Ferdon at abigail.c.ferdon.civ@us.navy.mil or 619-705-4935 for further details.
    Park Custodial Services at Kansas City USACE Missouri (Stockton)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to provide custodial services at the Stockton Lake Project in Missouri. The procurement includes three separate custodial service awards for locations within the project: High Point & Masters, Ruark Bluff West, and Ruark Bluff East. These janitorial services are essential for maintaining the cleanliness and operational readiness of the park facilities, reflecting the government's commitment to engaging small and diverse businesses in federal contracting. Interested vendors must submit their proposals by 12:00 PM on October 25, 2024, via email to Angella Curran, with a site visit scheduled for October 7, 2024, at the Stockton Lake Office.
    NMCC Facility Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force District of Washington, is soliciting proposals for facility maintenance services at the National Military Command Center (NMCC) under solicitation FA701424R0069. The procurement aims to ensure operational readiness and maintenance of critical facility systems, including project management, HVAC, and emergency response capabilities, with a focus on compliance with federal regulations and safety standards. This contract, valued at approximately $47 million over multiple years, is set aside for small businesses, particularly those owned by women, and proposals are due by October 17, 2024. Interested parties can contact Mr. David Warner at david.warner.27@us.af.mil or Ryan Amos at ryan.amos.5.ctr@us.af.mil for further information.