Active Solicitation · DEPT OF DEFENSE

    FACILITIES SUPPORT SERVICES IN SAN DIEGO, CA

    Sol. W912PL26S0019Sources SoughtLOS ANGELES, CA
    Open · 5d remaining
    DAYS TO CLOSE
    5
    closes Apr 29, 2026
    POSTED
    Apr 14, 2026
    Publication date
    NAICS CODE
    561210
    Primary industry classification
    PSC CODE
    S216
    Product & service classification

    AI Summary

    The U.S. Army Corps of Engineers is seeking information for custodial and facilities support services in San Diego, CA. This sources sought notice aims to gather capabilities from interested parties for a potential contract valued between $5 million and $10 million, with a one-year base period and four option years. Responses are due for preliminary planning purposes only.

    Contract details

    Solicitation No.
    W912PL26S0019
    Notice Type
    Sources Sought
    Posted Date
    April 14, 2026
    Response Deadline
    April 29, 2026
    NAICS Code
    561210AI guide
    PSC / Class Code
    S216
    Primary Contact
    Roger Minami
    State
    CA
    ZIP Code
    90017-5000
    AI Product/Service
    service

    Description

    This is a SOURCES SOUGHT NOTICE for information only. Replies by interested parties will be used by this agency for preliminary planning purposes. No proposal or contract will be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. Items below subject to change. The U. S. Army Corps of Engineers has been tasked to solicit and award a firm fixed price (LPTA) contract for custodial services at the DLA, Defense Distribution Center in San Diego, CA

    Project Scope: O&M activities to include, but are not limited to: preventative maintenance, repairs, custodial services, painting, troubleshooting existing systems, servicing existing operations, emergency services, landscaping, pest control and limited construction activities not to exceed the simplified threshold for small purchases. The facilities to be serviced under this scope are buildings: 479, 660, 656, 657, 658, 659, 3322, 3483, 3581, 3641, two guard houses on Naval Station compound, and one guard house on Naval Air Station North Island. Maintenance may include, but is not limited to: building electrical systems, plumbing systems, mechanical systems, structural systems, small office modifications

    The type of set-aside, either small business or among the socioeconomic categories, if any, will depend upon the responses to this sources sought notice.  The purpose of this notice is to gain knowledge of the experience and capabilities of both small and large business concerns in performing similar projects in magnitude and complexity of this requirement.

    The estimated range for this project is between $5,000,000 and $10,000,000. Potential period of performance: one (1) year base period with four (4) one (1) year option periods.

    In accordance with Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting, small business prime contractors will not pay more than 50 percent (services) of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded.

    Minimum capabilities required, include previous experience of projects similar in magnitude and complexity.

    Interested sources shall submit a capability statement demonstrating their ability to perform the work as described above. Responses should include the following information, which shall not exceed a total of four pages

    1. Offerors name, address, point of contact, with telephone numbers, and email addresses.
    2. Business size/classification, to include any designations as a Small Business, HUBZone, Service Disabled, Veteran Owned, Women-Owned, Disadvantaged Small Business, 8(a), in addition to others, and NAICS code designations.
    3. Past experience on individual projects of similar scope and magnitude, as described above in the project scope, and describing no more than three (3) projects within the past six (6) years of comparable contract value. Examples occurring on a military installation (Army, Navy, Air Force, Marine Corp) within California, Nevada or Arizona are a plus.  Firms local to Southern California are a plus. The projects should be similar in nature to what is described above in the Project Scope. The project title, location, general description to demonstrate relevance to the proposed project, the Offerors’ role, dollar value of contract, type of contract if relevant (GSA, 8a, etc), and name of the company, agency, or Government entity for which the work was performed with contact information (reference name, phone number and e-mail address) should be included for each project. VERY IMPORTANT: work scopes self-performed vs subcontracted and percentage of self-performed vs subcontracted). If past performance was as a JV, indicate which scopes was performed by which JV member
    4. Adherence to: (Employment Eligibility Verification, FAR 52.222-54)(Service Contract Inventory, FAR 4.17)

    Submittals will not be returned. This is not a Request for Proposals, only a Request for Information. No award will result from this Sources Sought Notice. This notice does not constitute any commitment by the Government.

    Key dates

    1. April 14, 2026Posted Date
    2. April 29, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    FACILITIES SUPPORT SERVICES IN SAN DIEGO, CA 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.