SOLICITATION NOTICE
S -- Force Protection Services at Fleet Logistics Center Jacksonville, Heckscher Fuel Terminal and DLA Distribution at NAS Jacksonville, FL
- Notice Date
- 11/25/2025 6:23:03 AM
- Notice Type
- Presolicitation
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- NAVFACSYSCOM SOUTHEAST NAS JACKSONVILLE FL 32212-0030 USA
- ZIP Code
- 32212-0030
- Solicitation Number
- N6945026R0013
- Response Due
- 12/10/2025 11:00:00 AM
- Archive Date
- 12/25/2025
- Point of Contact
- Stephanie Menciano, Phone: 9045426953, Courtney Peterson
- E-Mail Address
-
stephanie.s.menciano.civ@us.navy.mil, courtney.j.peterson3.civ@us.navy.mil
(stephanie.s.menciano.civ@us.navy.mil, courtney.j.peterson3.civ@us.navy.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
- Description
- This is a Synopsis Notice for Force Protection Services, also referred to as Local Guards Services, at Fleet Logistics Center Jacksonville Heckscher Fuel Terminal and Defense Logistics Agency (DLA) Distribution Naval Air Station (NAS) Jacksonville, FL. 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 Stephanie Menciano, Contract Specialist, stephanie.s.menciano.civ@us.navy.mil. The proposed solicitation number is N6945026R0013. The work includes, but is not limited to, all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to effectively execute the guard operations under sub-annex 0401000 Force Protection at Fleet Logistics Center Jacksonville, Heckscher Fuel Terminal and DLA Distribution NAS Jacksonville, FL. 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 561612 and the annual small business size standard is $29.0M dollars. The contract term is anticipated to be a base period of one year plus four one-year option periods, for a total contract performance period not to exceed five years (60 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 N6945020D0018, awarded in 2020. 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 proposed solicitation will be issued as a 100 percent Service Disabled Veteran Owned Small Business (SDVOSB) set-aside. The Government will only accept offers from certified SDVOSB 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. Offerors can view and/or download the solicitation and attachments at https://sam.gov when it becomes available. The anticipated date of RFP issuance is on or after 10 December 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/88adadf0323a477f8bb977d6bfbe0b61/view)
- Place of Performance
- Address: Jacksonville, FL, USA
- Country: USA
- Country: USA
- Record
- SN07651494-F 20251127/251125230038 (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 |