Skip to main content

An official website of the United States government

You have 2 new alerts

Base Operations Support (BOS) Services at Naval Station Mayport, Blount Island Command, Jacksonville FL and the Outlying Areas Supported by these Commands

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Sep 09, 2024 05:24 pm EDT
  • Original Response Date: Sep 24, 2024 02:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 31, 2028
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z1PZ - MAINTENANCE OF OTHER NON-BUILDING FACILITIES
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    Jacksonville , FL 32212
    USA

Description

THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR EITHER A QUOTE OR PROPOSAL, OR AN INVITATION FOR A BID.  THE INTENT OF THIS SOURCES SOUGHT IS TO IDENTIFY POTENTIAL OFFERORS FOR BASE OPERATIONS SUPPORT (BOS) SERVICES AT NAVAL STATION MAYPORT AND OUTLYING AREAS SUPPORTED BY THESE COMMANDS.  NO SOLICITATION, SPECIFICATIONS OR DRAWINGS ARE CURRENTLY AVAILABLE. 

The purpose of this notice is to gain knowledge of qualified and interested participants in any of the following categories: large business; small business; U.S. Small Business Administration (SBA) certified 8(a) business development participants; SBA certified HUBZone small business concerns; service-disabled veteran-owned small business (SDVOSB) concerns; veteran-owned small business (VOSB) concerns; and women-owned small business (WOSB) concerns.  Potential sources should have current relevant qualifications, experience, personnel, security approvals, equipment, and capability to perform base operations support service contracts at Naval Station Mayport, Blount Island Command, NAVSEA Training Facilities at University of North Florida (UNF), United States Marine Corps (USMC) Reserve Center and the Defense Fuel Depot, Jacksonville, FL.  The Government will use the sources sought responses along with other market research to make various determinations regarding procurement of these BOS services. 

Any resulting contract will be a facilities support indefinite-quantity contract and include recurring work/firm fixed price (FFP) and non-recurring work/ indefinite delivery indefinite quantity (IDIQ) provisions. The contract term will be a base period of year, with seven one-year option periods.  The recurring work base year requirement will be the overall minimum guarantee. There will be a phase-in period, and the anticipated performance start date is 1 January 2027.

This acquisition will provide BOS services for the following Annexes/Sub-annexes: 1501000 Facility Management; 1502000 Facility Investment; 1503010 Custodial, 1503020 Pest Control, 1503030 Integrated Solid Waste Management (ISWM), 1503040 Swimming Pools, 1503050 Grounds Maintenance and Landscaping, 1601000 Utilities Management; 1602000 Electrical; 1604000 Wastewater; 1605000 Steam; 1606000 Water, 1700000 BSVE, 1800000 Environmental; and other related services.  This requirement is performance based.

The estimated annual magnitude for this procurement is between $30,000,000.00 to $40,000,000.00.

The primary NAICS Code for this procurement is 561210 with a size standard of $47.5M.

The Government will use the sources sought responses along with other market research to make various determinations regarding procurement of these BOS services. Industry will be notified of the results of this evaluation and the set-aside determination via the pre-solicitation/synopsis notice. 

Responses to the questions provided herein must be submitted in electronic form (Adobe PDF format) and may be attached to an email addressed to: jennifer.e.doherty.civ@us.navy.mil.  Responses are limited to 5 pages in length, 5MB in size and should only include the information requested in the attached questionnaire.  Do not submit brochures or other corporate marketing information.  The due date for responses is 2:00 PM EDT, 24 September 2024.  Please identify in the subject line of your response: “NS Mayport BOS”.  Any questions may be submitted via email to: jennifer.e.doherty.civ@us.navy.mil.  

NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS.  IN ORDER TO PROTECT THE PROCUREMENT INTEGRITY OF ANY FUTURE PROCUREMENT, IF ANY, THAT MAY ARISE FROM THIS ANNOUNCEMENT, INFORMATION REGARDING THE TECHNICAL POINT OF CONTACT WILL NOT BE GIVEN AND NO APPOINTMENTS FOR PRESENTATIONS WILL BE MADE.

Contact Information

Contracting Office Address

  • COMMANDING OFFICER B-903 YORKTOWN
  • NAS JACKSONVILLE , FL 32212-0030
  • USA

Primary Point of Contact

Secondary Point of Contact





History