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
    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.
    Similar Opportunities
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking information from potential contractors for a Firm-Fixed-Price contract to provide operation and maintenance (O&M) services, along with repair and minor construction, in support of the Defense Health Agency (DHA) Medical Research and Development Command (MRDC) at multiple locations. The contract will require 24/7 support for various medical, dental, pharmacy, and laboratory facilities, necessitating extensive knowledge of medical facility operations and compliance with Joint Commission standards. Interested contractors should note that this is a Sources Sought Notice for market research purposes only, with no solicitation currently available; responses are due by December 8, 2025, and inquiries can be directed to Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    M00264-26-RFI-001 Marine Corps Information Maneuver School (MCIMS)
    Dept Of Defense
    The Department of Defense, through the Marine Corps Information Maneuver School (MCIMS), is seeking sources for contract support to provide academic instruction and training in Civil Affairs (CA), Civil-Military Operations (CMO), and Information Operations (IO) planning. The objective is to identify qualified vendors capable of delivering curriculum development and course maintenance for various Military Occupational Specialties (MOS), including the CA MOS Course and CMO Planner, which are critical for preparing Marines for operational effectiveness. The current contract is held by Green Cell Consulting LLC, and the anticipated NAICS code for this opportunity is 611430, with a size standard of $15 million. Interested parties must submit their responses, including a capabilities statement and business details, by December 30, 2025, at 10:00 AM EDT, to Erin Silverthorn at erin.silverthorn@usmc.mil or Christa Eggleston-Scott at christa.eggleston-sc@usmc.mil.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services at Marine Corps Installations (MCI) East, covering North and South Carolina. The procurement aims to award approximately five Firm Fixed Price (FFP) contracts, with a total estimated construction cost not exceeding $975 million over five years, focusing on projects ranging from $25 million to $150 million, including the initial seed project, the P-1538 SOF Armory at Camp Lejeune, NC. This initiative is critical for enhancing military infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by 2:00 PM local time on September 23, 2025, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.
    JA Bridge Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for a three-month bridge contract related to household goods services at Twentynine Palms, California. This procurement aims to facilitate the transportation, travel, and relocation of household goods, ensuring efficient packing and crating services are provided during this interim period. The contract is crucial for maintaining operational readiness and supporting military personnel and their families during relocations. Interested parties can reach out to Tasha Arestizabal at tasha.arestizabal@usmc.mil or Patrick L. Doyle at patrick.doyle@usmc.mil for further details regarding the opportunity.
    Health Plan Innovation Support (HPIS) Task 1
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to issue a sole-source bridge contract to Mercer (US), LLC for Health Plan Innovation Support (HPIS) Task 1. This contract aims to provide ongoing Subject Matter Expertise (SME) for the TRICARE program, focusing on developing and implementing innovative strategies for program administration, contract structuring, and provider reimbursement, while enhancing military medical readiness and beneficiary choice. The contract, effective from January 15, 2026, to January 14, 2027, will cover 12 months of support, with performance primarily in Falls Church, Virginia, and will include travel requirements and compliance with cybersecurity standards. Interested parties can contact Jeanna Butler at jeanna.m.butler.civ@health.mil or Theophilus Agyare at theophilus.o.agyare.civ@health.mil for further information.
    P1556 10th Marines Maintenance and Operations Complex, Marine Corps Base (MCB) Camp Lejeune, North Carolina
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the Design-Bid-Build project P1556, which involves the construction of the 10th Marines Maintenance and Operations Complex at Marine Corps Base Camp Lejeune, North Carolina. This project encompasses the construction of multiple buildings, including warehouses, maintenance shops, and covered storage areas, with an estimated construction cost ranging from $25 million to $100 million. The complex is critical for supporting the operational needs of the 1st and 2nd Battalions, 10th Marines, ensuring they have the necessary facilities for maintenance and operations. Proposals are due by January 8, 2026, and must demonstrate relevant corporate experience, a comprehensive management approach, and a commitment to at least 20% small business participation. Interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or by phone at 757-341-1999 for further information.
    USMC Specialized Parachutes - Notice of Intent to Sole Source
    Dept Of Defense
    The Department of Defense, through the Marine Corps Systems Command (MCSC), intends to award a sole source contract for specialized parachutes, specifically the Container Delivery System (CDS) and Joint Precision Airdrop System (JPADS) parachutes, to Airborne Systems North America of NJ Inc. This procurement is critical for ensuring mission readiness and personnel safety, as these parachutes are essential for various military operations involving aerial delivery. The contract is justified under Federal Acquisition Regulation Part 6.302-1(b)(1)(ii) due to Airborne Systems being the only contractor capable of meeting the stringent requirements necessary for these specialized parachutes. Interested parties may direct inquiries to Bianca Bishop at bianca.bishop.civ@usmc.mil or Eric G. Daniels at eric.g.daniels@usmc.mil within 15 days of the announcement, with the required delivery scheduled for the second quarter of Fiscal Year 2026.
    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.
    Music Ministry Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking qualified vendors to provide Music Ministry Services at Marine Corps Base Hawaii. The contract involves a non-personnel services role for a Music Coordinator who will lead contemporary Protestant worship services, manage rehearsals, select music, and oversee logistics, with a contract duration from May 2026 to May 2031, including a basic period and four option years. This service is crucial for maintaining spiritual support and community engagement among military personnel and their families. Interested vendors must submit a one-page capability document to RP1 Harvy Natac at harvy.b.natac.mil@usmc.mil, as this notice is for market research purposes and does not constitute a solicitation.
    Multi-Channel Handheld Request for Information
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Systems Command (MCSC), is issuing a Request for Information (RFI) to gather industry feedback on a Multi-Channel Handheld (MCHH) capability. The MCHH is intended to meet Marine Corps operational requirements, including enhancements in National Security Agency (NSA) Communications Security (COMSEC) and improvements in size, weight, and power (SWaP) attributes, supporting both mounted and dismounted configurations for networkable command and control. Responses to this RFI, designated M67854-26-I-2011, are due by February 11, 2026, and should include detailed information on integrated solutions, device specifications, technological readiness levels (TRL of 6 or greater), reliability data, and existing government contracts. Interested parties can contact Ashley Northam at ashley.northam.civ@usmc.mil or Wanda Harner at wanda.harner@usmc.mil for further details and to request the attachment outlining specific operational requirements.