Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 23, 2025 SAM #8763
SOLICITATION NOTICE

Z -- Base Operations Support (BOS) Services at Naval Air Station (NAS) Jacksonville, FL and Outlying Areas

Notice Date
11/21/2025 1:03:23 PM
 
Notice Type
Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NAVFACSYSCOM SOUTHEAST NAS JACKSONVILLE FL 32212-0030 USA
 
ZIP Code
32212-0030
 
Solicitation Number
N6945026R0007
 
Response Due
1/15/2026 11:00:00 AM
 
Archive Date
01/30/2026
 
Point of Contact
Courtney Peterson, Phone: 9048605758
 
E-Mail Address
courtney.j.peterson3.civ@us.navy.mil
(courtney.j.peterson3.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Synopsis Notice for Base Operations Support (BOS) Services at Naval Air Station (NAS) Jacksonville and the outlying areas supported by these commands. The procuring contracting office is NAVFAC Southeast, Bldg. 903, P.O. Box 30, Naval Air Station Jacksonville, FL 32212. The primary point of contact is Courtney Peterson, Contract Specialist, courtney.j.peterson3.civ@us.navy.mil. The solicitation number is N6945026R0007. The work includes, but is not limited to, all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to perform: Facility Management; Facility Investment; Other (Training Pools); Utilities Management; Electrical; Wastewater; Steam; Water; Compressed Air; Transportation; and Environmental at NAS Jacksonville, FL and the outlying areas supported by these commands. This requirement is performance based. The proposed contract type is a Facilities Support Indefinite-Quantity contract. It will be competitively procured using the policies and procedures of FAR Part 15, Contracting by Negotiation. The primary NAICS Code for this procurement is 561210 and the annual small business size standard is $47.0M dollars. The contract term is anticipated to be a base period of one year plus seven one-year option periods, for a total contract performance period not to exceed eight years (96 months). The base period recurring work requirement will be the overall minimum guarantee. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under Federal Acquisition Regulation (FAR) clause 52.217-8 Option to Extend Services. These services are currently being performed under contract N6945019D1750, awarded in 2018. Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information. The solicitation will be issued as Total Small Business Set-Aside. The Government will only accept offers from small business concerns. The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance and experience information, and a price proposal for evaluation by the Government. Award will be made to the offeror whose total price and technical proposal offers the best value to the Government. A three-day site visit is scheduled at NAS Jacksonville, FL on 18, 19, and 20 November 2025. No questions will be answered at the site. All questions should be submitted in writing to Courtney Peterson at courtney.j.peterson3.civ@us.navy.mil and Stefanie Menciano at stephanie.s.menciano.civ@us.navy.mil prior to the Government Pre-Award Inquiry (GPI) cutoff date of: 2:00 PM EST, 3 December 2025. All prospective offerors submitting GPI questions must be submitted on the Government Pre-Award Inquiry form (Attachment JL-2_N6945026R0007_GPIF.xlsx). This is a Synopsis Notice for Base Operations Support (BOS) Services at Naval Air Station (NAS) Jacksonville and the outlying areas supported by these commands. The procuring contracting office is NAVFAC Southeast, Bldg. 903, P.O. Box 30, Naval Air Station Jacksonville, FL 32212. The primary point of contact is Courtney Peterson, Contract Specialist, courtney.j.peterson3.civ@us.navy.mil. The solicitation number is N6945026R0007. The work includes, but is not limited to, all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to perform: Facility Management; Facility Investment; Other (Training Pools); Utilities Management; Electrical; Wastewater; Steam; Water; Compressed Air; Transportation; and Environmental at NAS Jacksonville, FL and the outlying areas supported by these commands. This requirement is performance based. The proposed contract type is a Facilities Support Indefinite-Quantity contract. It will be competitively procured using the policies and procedures of FAR Part 15, Contracting by Negotiation. The primary NAICS Code for this procurement is 561210 and the annual small business size standard is $47.0M dollars. The contract term is anticipated to be a base period of one year plus seven one-year option periods, for a total contract performance period not to exceed eight years (96 months). The base period recurring work requirement will be the overall minimum guarantee. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under Federal Acquisition Regulation (FAR) clause 52.217-8 Option to Extend Services. These services are currently being performed under contract N6945019D1750, awarded in 2018. Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information. The solicitation will be issued as Total Small Business Set-Aside. The Government will only accept offers from small business concerns. The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance and experience information, and a price proposal for evaluation by the Government. Award will be made to the offeror whose total price and technical proposal offers the best value to the Government. A three-day site visit is scheduled at NAS Jacksonville, FL on 18, 19, and 20 November 2025. No questions will be answered at the site. All questions should be submitted in writing to Courtney Peterson at courtney.j.peterson3.civ@us.navy.mil and Stephanie Menciano at stephanie.s.menciano.civ@us.navy.mil prior to the Government Pre-Award Inquiry (GPI) cutoff date of: 2:00 PM EST, 3 December 2025. All prospective offerors submitting GPI questions must be submitted on the Government Pre-Award Inquiry form (Attachment JL-2_N6945026R0007_GPIF.xlsx). Amendment 0001 posted 11/21/2025
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/658b9c2979cd4f1e9fee0200339cef0c/view)
 
Place of Performance
Address: Jacksonville, FL 32212, USA
Zip Code: 32212
Country: USA
 
Record
SN07649146-F 20251123/251121230037 (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.