Sources Sought - Indefinite Delivery/Indefinite Quantity (IDIQ) Job Order Contract (JOC) for General Construction Support at Naval Station Mayport and Blount Island Command (BIC) in Jacksonville, Florida.
ID: N69450XXXXXType: Sources Sought
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 24, 2025, 8:00 PM UTC
Description

The Department of Defense, through the Naval Facilities Engineering Command Southeast (NAVFAC SE), is seeking qualified 8(a) contractors for a firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) Job Order Contract (JOC) to provide general construction support at Naval Station Mayport and Blount Island Command in Jacksonville, Florida. The contract will encompass a range of services including general construction, alterations, renovations, repairs, and hazardous material remediation, with a performance period of one base year and four optional one-year renewals, totaling a maximum of five years. The estimated total contract value is $4,500,000, with task orders ranging from $10,000 to $1,000,000. Interested contractors must submit a capabilities statement and respond to specific inquiries by April 24, 2025, to Stefanie Pérez Santiago at stefanie.perez-santiago.civ@us.navy.mil.

Point(s) of Contact
Files
Title
Posted
Apr 9, 2025, 10:07 PM UTC
This document is a Sources Sought Announcement from the Naval Facilities Engineering Command Southeast (NAVFAC SE) seeking written information from eligible 8(a) contractors for a firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) Job Order Contract (JOC) for general construction support at Naval Station Mayport and Blount Island Command in Jacksonville, Florida. The potential contract duration is one base year with four renewal options, totaling up to five years, with an estimated total value of $4,500,000. Tasks may include general construction, repairs, and remediation of hazardous materials. Interested contractors must submit a capabilities statement and answer specific questions regarding their company profile and past project experience, which should be within specific cost parameters. Responses are due by April 24, 2025. This announcement serves as a preliminary market research tool and does not lead to contract awards, nor will any costs be compensated for information submitted by interested parties. Overall, this sources sought aims to gauge interest and capabilities among qualified 8(a) firms to enhance the efficiency of the eventual procurement process.
Similar Opportunities
Design Build and Design Bid Build Indefinite Delivery Indefinite Quantity Medium Multiple Award Construction Contract for the NAVFAC Area of Operations
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Southeast (NAVFAC SE), is seeking qualified small businesses to participate in a Design-Build and Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for various construction projects within its area of operations, primarily in the southeastern United States. The contract will encompass new construction, renovation, alteration, and repair of medium general construction projects, including facilities such as barracks, administrative buildings, and medical facilities, with a total funding ceiling of $1.5 billion over five years. Interested small businesses must submit proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) after the solicitation is released, which is expected to occur within 15 days of this presolicitation notice, with Phase-One proposals due no earlier than 30 days thereafter. For further inquiries, contact Matthew Abbott at matthew.j.abbott5.civ@us.navy.mil or Marina 'Gaby' Mote at marina.g.mote.civ@us.navy.mil.
MARINE CORPS SUPPORT FACILITY - BLOUNT ISLAND, MAINTENANCE DREDGING, DUVAL COUNTY, FLORIDA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking interest from qualified contractors for a maintenance dredging project at the Marine Corps Support Facility - Blount Island in Jacksonville, Florida. The project involves dredging to a depth of 38 feet, with an additional two feet of allowable overdepth, and includes environmental monitoring and disposal activities at the Dayson Island Disposal Area. This opportunity is crucial for maintaining navigational channels and ensuring operational readiness at the facility. Interested bidders must submit their qualifications by April 30, 2025, with an estimated contract value between $1 million and $5 million, and the anticipated solicitation issuance date is around May 28, 2025. For further inquiries, contact Timothy G. Humphrey at Timothy.G.Humphrey@usace.army.mil or Guesley Leger at Guesley.Leger@usace.army.mil.
Replace Waterfront Transformers and Igloos at Naval Station Mayport, Florida.
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Southeast, is soliciting proposals for a Design-Build, Firm-Fixed-Price construction contract to replace waterfront transformers and igloos at Naval Station Mayport, Florida. This project aims to enhance the electrical infrastructure and storage facilities critical for operational readiness and safety at the naval station. The work will involve comprehensive construction services that align with the standards of the Commercial and Institutional Building Construction industry. Interested contractors can reach out to Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil or by phone at 904-542-6665, or Lindsay Betteridge at LINDSAY.E.BETTERIDGE@NAVY.MIL or 912-409-3846 for further details regarding the solicitation process.
Z--Mayport Base Operations Support (BOS) II Services
Buyer not available
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.
Regional Job Order Contract (JOC) for General Construction
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Northwest, is soliciting proposals for a Regional Job Order Contract (JOC) focused on general construction projects. This procurement aims to award a single Indefinite Delivery Indefinite Quantity (IDIQ) contract to an eligible 8(a) firm, which will provide labor, materials, equipment, and supervision for minor construction, repairs, rehabilitations, demolitions, or alterations at various installations within the NAVFAC Northwest Area of Responsibility. The contract will utilize the Lowest Price Technically Acceptable (LPTA) source selection process to ensure the best value for the government. Interested firms must submit their proposals in accordance with the Request for Proposal (RFP) guidelines, and for further inquiries, they can contact Cynthia Elmstrom at cynthia.m.elmstrom.civ@us.navy.mil or Carter Wilson at carter.a.wilson7.civ@us.navy.mil. The solicitation is set aside exclusively for 8(a) firms under NAICS code 236220, with amendments issued on March 6, 2025, March 13, 2025, and March 25, 2025.
Y--Design-Build (DB) and Design-Bid-Build (DBB) Indefinite-Delivery/Indefinite Quantity (IDIQ), Multiple Award Construction Contract (MACC) for the North Florida/South Georgia Area of Responsibility
Buyer not available
Presolicitation notice from the Department of Defense, Department of the Navy, Naval Facilities Engineering Command Southeast (NAVFAC SE) for a Design-Build (DB) Indefinite-Delivery/Indefinite Quantity (IDIQ), Multiple Award Construction Contract (MACC) in the North Florida/South Georgia area. The contract is a total small business set-aside and will be awarded to approximately 5 contractors. The contract has a maximum value of $99,000,000 over the base year and four option periods. The work includes general construction projects such as aviation and aircraft facilities, marine facilities, barracks and personnel housing facilities, administrative facilities, warehouses and supply facilities, training facilities, personnel support and service facilities, security level facilities, and abatement and handling of hazardous/regulated materials. The source selection method is a best value continuum process in a negotiated two-phase acquisition utilizing the trade-off approach. The solicitation will be available for download from FedBizOpps website. Offerors must be registered with the System for Award Management (SAM) to be eligible for contract award.
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.
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 metropolitan San Diego area, including Naval Bases San Diego, Point Loma, Coronado, and Marine Corps Air Station Miramar. This procurement is specifically set aside for SBA Certified Women-Owned Small Businesses (WOSB) 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 two optional extensions, a total maximum value of $99 million, and task orders ranging from $2,000 to $1 million, with a minimum guarantee of $5,000. Interested contractors must ensure their registration in the System for Award Management (SAM) and monitor the specified websites for the Request for Proposal, which is expected to be posted around May 5, 2025. For further inquiries, contact Heather Race at heather.l.race.civ@us.navy.mil or (619) 705-4676.
Indefinite Delivery Contract for Multi-Discipline Miscellaneous Civil Works and Other Architect and Engineering (A-E) Services Within the Boundaries of the Jacksonville District
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for an Indefinite Delivery Contract for multi-discipline architect and engineering services within the Jacksonville District, with a total capacity of $83 million. The procurement aims to award eight contracts—four to small businesses and four unrestricted—over a performance period of one year, extendable to five years, to support civil works projects in Florida and Georgia. Services required include engineering and design for various civil works projects, such as flood risk management, ecosystem restoration, and navigation, emphasizing the importance of small business participation. Interested firms must submit their qualifications via the Procurement Integrated Enterprise Environment (PIEE) by April 24, 2025, and can direct inquiries to Contract Specialist Peter S. Barone at peter.s.barone@usace.army.mil or Contracting Officer Sherelle N. Barber at sherelle.n.barber@usace.army.mil.
BEQ Repair AS4212
Buyer not available
The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the repair of Barracks AS4212 at Marine Corps Base Camp Lejeune, North Carolina. This project, designated as N40085-25-R-2620, involves comprehensive construction work with an estimated cost between $10 million and $25 million, requiring completion within 730 days after award. The procurement is set aside for small businesses, and contractors must adhere to strict safety and environmental regulations while utilizing the Naval Facilities Engineering Command’s Electronic Construction Management System for project management. Interested contractors should submit their proposals by April 9, 2025, and can contact Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further information.