Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 21, 2025 SAM #8761
SOURCES SOUGHT

99 -- Jacksonville JOC

Notice Date
11/19/2025 11:43:39 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFACSYSCOM SOUTHEAST NAS JACKSONVILLE FL 32212-0030 USA
 
ZIP Code
32212-0030
 
Solicitation Number
N6945026R0021
 
Response Due
12/1/2025 10:00:00 AM
 
Archive Date
12/16/2025
 
Point of Contact
Ashley Delahay, Phone: 0000000000, Cory Iselin, Phone: 9045426668
 
E-Mail Address
ashley.e.delahay.civ@us.navy.mil, cory.s.iselin.civ@us.navy.mil
(ashley.e.delahay.civ@us.navy.mil, cory.s.iselin.civ@us.navy.mil)
 
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 JOB ORDER CONTRACTS (JOC) FOR GENERAL CONSTRUCTION SERVICES AT DIFFERENT LOCATIONS ACROSS THE NAVFAC SOUTHEAST AREA OF RESPONSIBILITY (AOR). 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: 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 general construction services. The Government will use the sources sought responses along with other market research to make various determinations regarding the procurement of JOCs across the NAVFAC Southeast AOR. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents will not be notified of the results of the evaluation and any information submitted by respondents to this notice is strictly voluntary. As a result of this sources sought, NAVFAC Southeast may decide to procure multiple single award, stand-alone IDIQ, JOCs for General Construction Services (i.e. potentially one at each installation). The estimated maximum contract value will vary depending on installation; but may range from $4,500,000 to $50,000,000 over a one-year base period and four one-year option periods. The task order range will vary depending on installation. Projects will be issued as firm-fixed-price task orders. The anticipated start date would be in Q3 of FY26. The applicable North American Industry Classification System (NAICS) code shall be 236220 -Commercial and Institutional Building Construction,?with a Small Business Size Standard of $45M. Description of Work - The Contractor shall provide all labor, supervision, materials, equipment, tools, parts, supplies, and transportation, to perform all the services described in the specifications for each task order. Work associated with the IDIQ includes specific requirements for general construction, renovation, alteration, repair and demolition services (including but not limited to asbestos, lead paint and mold remediation).? The Contractor shall provide a staff with the necessary management expertise to assure performance objectives and standards are met and permitting to comply with all applicable federal, state, and local laws and regulations; Accident Prevention & Activity Hazard Analysis; Environmental Protection; Waste Management. Joint Scoping meetings will be required. The Contractor shall further identify the work and establish the specific requirements of each task order. The intent is well defined scopes through a collaborative process that will also streamline the timeline from site visit to task order award. Submission Requirements - Responses to the questions provided in the attachment titled �JOC_Sources_Sought_Quesionnaire� must be submitted in electronic form (Adobe PDF format) and may be attached to an email addressed to: Ms. Ashley Delahay at ashley.e.delahay.civ@us.navy.mil and Mr. Cory Iselin at cory.s.iselin.civ@us.navy.mil. Responses are limited to 5 pages in length, 5MB in size and should only include the information requested in the questionnaire. Do not submit brochures or other corporate marketing information. The due date for responses is 1:00 PM EST, 1 December 2025. Please identify in the subject line of your response: �Sources Sought NAVFAC SE JOC�. Any questions may be submitted via email to: ashley.e.delahay.civ@us.navy.mil and cory.s.iselin.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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/42887bd1f49545c8bf3b79899a10d390/view)
 
Place of Performance
Address: Jacksonville, FL, USA
Country: USA
 
Record
SN07647002-F 20251121/251119230040 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.