MCICOM GF Housing Property Management Support Contract Notice of Intent to Sole Source
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING OFFICERWASHINGTON, DC, 20380-1775, USA

NAICS

Residential Property Managers (531311)

PSC

SUPPORT- MANAGEMENT: OTHER (R799)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 9:00 PM UTC
Description

The Department of Defense, specifically the Marine Corps Installation Command (MCICOM), intends to award a sole source bridge contract to Information Systems and Networks (ISN) Corporation for Housing Property Management Support (HPMS) services. This contract aims to ensure the continued management and support of approximately 724 Unaccompanied Housing facilities across 26 locations, which is critical for providing housing services to U.S. Marine Corps service members. The anticipated contract will include a six-month base period followed by two three-month option periods, with responses to this notice due by 5:00 PM EDT on April 10, 2025. Interested parties should submit their capability statements to the primary contact, Christina Neto, at christina.e.neto.civ@usmc.mil.

Files
No associated files provided.
Lifecycle
Title
Type
Similar Opportunities
Product Manager Navy/Marine Expeditionary Ship Interdiction System Notice of Intent to Sole Source
Buyer not available
The Department of Defense, specifically the U.S. Marine Corps Systems Command, intends to enter into sole-source negotiations with Corvid Technologies, Inc. for the development, production, and sustainment support of the Navy/Marine Expeditionary Ship Interdiction System (NMESIS) Weapon Sled Assembly (WSA) subsystem. This procurement is necessary due to the U.S. Government's lack of technical data rights for the WSA subsystem, which is critical for ensuring the proper functionality of the NMESIS system. The contract is anticipated to be awarded in the fourth quarter of fiscal year 2025, with a performance period extending from September 2025 through August 2033. Interested parties may submit capability statements to Cathy Boxley and Cori Kirkbride by the specified deadline, although this notice does not constitute a request for competitive proposals.
SOURCES SOUGHT NOTICE - UNACCOMPANIED ENLISTED PERSONNEL HOUSING (UEPH) JOINT BASE MYER-HENDERSON HALL (JBMHH) VIRGINIA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking qualified contractors for the construction of Unaccompanied Enlisted Personnel Housing (UEPH) at Joint Base Myer-Henderson Hall in Virginia. The project involves constructing standard design barracks to accommodate 200 soldiers, including essential facilities such as cybersecurity measures, fire protection systems, and energy monitoring controls, while also ensuring compliance with Department of Defense standards for antiterrorism and sustainability. This opportunity is significant for contractors experienced in large-scale construction projects, particularly in urban settings, with an estimated contract value between $100 million and $250 million. Interested parties must submit their qualifications by 11:00 AM EST on May 7, 2025, to the designated contacts, Amber Rose and Tamara Bonomolo, via email.
Notice of Intent to Award Sole Source to CORESYSTEMS
Buyer not available
The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Pacific, intends to award a Sole Source contract to CORESYSTEMS for a Firm-Fixed-Price purchase order. This procurement is aimed at acquiring electronic computer manufacturing services, which are critical for enhancing the Navy's information technology and telecommunications capabilities. The contract is being pursued on a non-competitive basis, indicating the specialized nature of the services required. For further inquiries, interested parties can contact Contract Specialist James W. Lindsey at james.w.lindsey6.civ@us.navy.mil or by phone at 619-553-3841.
Z--Maintenance and Repair Multiple Award Construction Contracts
Buyer not available
Presolicitation DEPT OF DEFENSE (DEPT OF THE NAVY) is seeking Maintenance and Repair Multiple Award Construction Contracts primarily at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River, North Carolina and surrounding areas. The contracts will cover a diverse range of general maintenance and repair construction services for small work requirements. These services are typically used to correct or repair situations including structural, mechanical, plumbing, electrical, civil, grounds, road, pavement work, communication systems, new construction, demolition flooring, painting, etc. The estimated project size is between $5,000 - $150,000, but projects of lower or higher value may be issued. The buildings and facilities that require maintenance and repair include administrative, industrial, warehouses, maintenance, communications, schools/training/education, personnel support, recreational, food services, training areas/ranges, roads, systems, utility infrastructure, etc. The work will primarily be performed at Marine Corps Base Camp Lejeune, with the possibility of work in other areas within NAVFAC Mid-Atlantic's AORs. This procurement is a 100 percent small business set-aside and will utilize FAR Part 15 Contracting by Negotiation. The contract term will be a base period of one year plus four option years. The completion date for the seed project is 120 days after award. Interested offerors can view and download the solicitation and any attachments at https://www.neco.navy.mil/ when it becomes available. Offerors are required to submit a bid bond of $3,000,000/20% of the amount for Davis Bacon Act (DBA) work. This procurement was set aside for small businesses based on market research analysis and the concurrence of the NAVFAC Mid-Atlantic small business office.
RFI MARCORSYSCOM System Sustainment and Readiness Directorate
Buyer not available
The Department of Defense, through the Marine Corps Systems Command (MARCORSYSCOM), is seeking information from qualified 8(a) small businesses to support its System Sustainment and Readiness Directorate (SSRD) in various operational areas. The procurement aims to enhance capabilities in integrated product support, instructional systems, technical writing, data analysis, training development, and SharePoint management, which are critical for improving program management and system readiness for the Marine Corps. Interested firms are invited to submit their relevant experience and capabilities by May 6, 2025, with the performance period expected to last one year, including options for four additional years, primarily at Marine Corps Logistics facilities in Virginia and Georgia. For further inquiries, interested parties can contact Alex Diviney at alexandra.diviney@usmc.mil or Mark R. Sanderson at mark.sanderson@usmc.mil.
NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
Buyer not available
NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT DEPT OF DEFENSE DEPT OF THE NAVY The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, intends to issue a sole source purchase order to Freeman Marine Equipment Inc. The proposed contract action is for the replacement of a Landing Craft Air Cushion (LCAC) HATCH ASSEMBLY. This equipment is proprietary and only available through Freeman Marine Equipment Inc. The requirement is per NAVSEA Drawing 5749292. Interested parties must submit information indicating their ability to satisfy this requirement by Monday, 2 May 2016, 4:00 PM, Pacific Standard Time, via email to rubeli.deinla@navy.mil. If no responses are received, the sole source award will proceed.
Navigational Bridge Services for Northrop Grumman / Sperry Marine equipment
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking input from potential vendors regarding Navigational Bridge services for Northrop Grumman/Sperry Marine equipment used on MSC vessels. This Sources Sought Notice aims to gather information on the capabilities of both small and large businesses to provide worldwide engineering support, repairs, and technical evaluations for critical navigation and communication systems, emphasizing the need for OEM-authorized parts and services. The contract will follow an Indefinite-Delivery Indefinite-Quantity (IDIQ) arrangement over five years, focusing on maintaining operational readiness within the maritime fleet. Interested parties must submit a capabilities package by May 5, 2025, and can direct inquiries to Robert Corsino at robert.j.corsino.civ@us.navy.mil or Margaret Florez at margaret.e.florez.civ@us.navy.mil.
P158 BACHELOR ENLISTED QUARTERS AND SUPPORT FACILITY, MARINE BARRACKS WASHINGTON, DC AMENDMENT P00001
Buyer not available
The Department of Defense, through the Naval Facilities Systems Command, is soliciting proposals for the P158 Bachelor Enlisted Quarters and Support Facility project at Marine Barracks in Washington, D.C. This large-scale construction initiative, designated as N40080-25-R-7071, involves the development of a multi-rise, mixed-use facility that will include Unaccompanied Enlisted Housing, a dining hall, and a fitness center, with a budget ranging from $100 million to $250 million and a completion timeline of 979 days from the Notice to Proceed. The project is critical for enhancing living conditions for enlisted personnel and will be awarded to selected contractors from a list of MACC holders, with electronic submissions due by February 25, 2025. Interested parties should direct inquiries to Lindsay Brown or Damila Adams, and a pre-proposal conference is scheduled for January 29, 2025, emphasizing the need for compliance with wage determinations and bonding requirements throughout the project lifecycle.
Y--firm-fixed-price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC), MCB CamLej, MCAS Cherry Point and MCAS New River
Buyer not available
Presolicitation notice from the Department of Defense, Department of the Navy, and NAVFACSYSCOM MID-ATLANTIC for a Firm-Fixed-Price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC). The contract aims to assist in the execution of the FY2019 through FY2021 Military Construction (MILCON) program and address the extensive damage caused by Hurricane Florence in September 2018. The contract will cover construction projects primarily in the Marine Corps Base Camp Lejeune, Marine Corps Air Station Cherry Point, and Marine Corps Air Station New River areas of responsibility. The projects will include new construction, demolition, repair, alteration, and renovation of various types of facilities such as administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, and roads. The contract will have a duration of one year with four one-year option periods and a total estimated construction cost not to exceed $975,000,000. The solicitation will be issued on or about May 13, 2019, and will be listed as N40085-19-R-9048 on the Navy Electronic Commerce Online website (NECO). Prospective offerors must be registered in the System for Award Management (SAM) to do business with the federal government. For more information, contact Holly Snow at holly.snow@navy.mil.
Defense Information Systems Network (DISN) Mission Support Office (MSO) Application Services and Ancillary Support
Buyer not available
The Defense Information Systems Agency (DISA) intends to negotiate a sole source contract with Synergetic Information Systems, Inc. for the provision of application services and ancillary support within the Defense Information Systems Network (DISN) Mission Support Office (MSO). This contract aims to ensure continuity of mission-critical services for various IT projects associated with the Department of Defense (DoD), particularly during a period of transition following a protest related to existing transport services. The operational period for the proposed contract is set from February 3, 2024, to May 2, 2025, and interested companies may express their capabilities within 15 days of this notice; however, a competitive solicitation will not be issued due to the sole-source nature of the requirement. For further inquiries, interested parties can contact Shamra Y. Joiner at shamra.y.joiner.civ@mail.mil or Jason Day at jason.j.day.civ@mail.mil.