Closed Solicitation · DEPT OF DEFENSE

    Base Operations Support (BOS) Services at Naval Station (NS) Mayport, Florida; Marine Corps Support Facility – Blount Island (MSF – BI) Jacksonville, Florida; and the outlying areas supported by these commands

    Sol. N6945025R0003SolicitationSet-aside: No Set aside usedNAS JACKSONVILLE, FL
    Closed
    STATUS
    Closed
    closed Dec 16, 2025
    POSTED
    Dec 4, 2025
    Publication date
    NAICS CODE
    561210
    Primary industry classification
    PSC CODE
    Z1EZ
    Product & service classification

    AI Summary

    This solicitation is for Base Operations Support Services at Naval Station Mayport and Marine Corps Support Facility Blount Island, Florida. The contract includes various facility management services and is set for a total performance period of up to eight years. The procurement will be conducted under FAR Part 15, inviting full and open competition.

    Contract details

    Solicitation No.
    N6945025R0003
    Notice Type
    Solicitation
    Set-Aside
    No Set aside used
    Posted Date
    December 4, 2025
    Response Deadline
    December 16, 2025
    NAICS Code
    561210AI guide
    PSC / Class Code
    Z1EZ
    Contract Code
    1700
    Primary Contact
    Courtney Peterson
    State
    FL
    ZIP Code
    32212-0030
    AI Product/Service
    service

    Description

    This is a Solicitation Notice for Base Operations Support (BOS) Services at Naval Station (NS) Mayport, Florida; Marine Corps Support Facility – Blount Island (MCSF – BI) Jacksonville, Florida; 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 proposed solicitation number is N6945025R0003. 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: Port Operations; Facility Management; Facility Investment; Custodial; Pest Control; Integrated Solid Waste Management (ISWM); Other (Swimming Pools); Grounds Maintenance & Landscaping; Utilities Management; Electrical; Wastewater; Steam; Water; Base Support Vehicles and Equipment (BSVE); and Environmental at NS Mayport, FL; MSF – BI Jacksonville, Florida; 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 N6945018D1800, 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 advertised on an unrestricted basis, inviting full and open competition. Large business concerns are required to submit a subcontracting plan prior to award of the contract. 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. The site visit is scheduled for 23-25 September 2025. Attachments JL-4 and JL-5 must be completed and returned to Courtney Peterson at courtney.j.peterson3.civ@us.navy.mil and Cari Fiebach at cari.l.fiebach.civ@us.navy.mil by 2:00 PM EDT, Wednesday 17 September 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 Cari Fiebach at cari.l.fiebach.civ@us.navy.mil prior to the Government Pre-Award Inquiry (GPI) cutoff date of: 2:00 PM EDT, 2 October 2025. All prospective offerors submitting GPI questions must be submitted on the Government Pre-Award Inquiry form (Attachment JL-2_N6945025R0003_GPIF.xls). Amendment 0001 posted 9/19/2025. Amendment 0002 posted 9/30/2025. Amendment 0003 posted 10/7/2025. Amendment 0004 posted 11/7/2025. Amendment 0005 posted 11/24/2025. Amendment 0006 posted 11/26/2025. Amendment 0007 posted 12/4/2025.

    Key dates

    1. December 4, 2025Posted Date
    2. December 16, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    Base Operations Support (BOS) Services at Naval Station (NS) Mayport, Florida; Marine Corps Support Facility – Blount Island (MSF – BI) Jacksonville, Florida; and the outlying areas supported by these commands is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.