Closed Solicitation · DEPT OF DEFENSE

    Facility Support Services

    Sol. N6247826R2433PresolicitationPEARL HARBOR, HI
    Closed
    STATUS
    Closed
    POSTED
    Apr 17, 2026
    Publication date
    NAICS CODE
    561210
    Primary industry classification
    PSC CODE
    Z1JZ
    Product & service classification

    AI Summary

    The Department of Defense intends to solicit proposals for Facility Support Services at the Marine Corps Reserve Training Center in Kaneohe Bay, HI. This presolicitation notice outlines the need for custodial, grounds maintenance, pest control, and pavement clearance services. The contract will be a competitive 8(a) set-aside with a maximum duration of 66 months, including options.

    Contract details

    Solicitation No.
    N6247826R2433
    Notice Type
    Presolicitation
    Posted Date
    April 17, 2026
    Response Deadline
    NAICS Code
    561210AI guide
    PSC / Class Code
    Z1JZ
    Contract Code
    1700
    Issuing Office
    NAVFACSYSCOM HAWAII
    Primary Contact
    Kimberly Groce
    State
    HI
    ZIP Code
    96860-3139
    AI Product/Service
    service

    Description

    This is a PRESOLICITATION NOTICE, informing interested vendors of the intent to publish a solicitation for Facility Support Services at Marine Corps Reserve Training Center, Kaneohe Bay, HI. Classification: 8(a) set-aside PSC: S216 NAICS: 561210 This is a PRESOLICITATION NOTICE, informing interested vendors of the intent to publish a solicitation for Facility Support Services at Marine Corps Reserve Training Center, Kaneohe Bay, HI. The work includes, but is not limited to, furnishing all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide Facility Support Services at Marine Corps Reserve Training Center, Kaneohe Bay, HI. Facility Support Services include: Custodial consists mainly of services that ensure the cleanliness of working environments. Custodial services do not include any repair work of facilities or fixtures. Custodial services include waste removal for buildings and service locations to collection points. Pest Control services in conformance with the Integrated Pest Management Plan to precent and control the following pests: unwanted vegetation and invasive plants, nuisance, structure damaging, lawn, turf and ornamental, and public health, pests (cockroaches, termites, bees, wasps, ants, fleas, silverfish, stored product pests, mosquitoes, bedbugs), Vertebrate pests (mice, rats, bats, feral dogs and cats, other nuisance mammals, pigeons and other nuisance birds). Grounds Maintenance consists of requirements related to prestige areas, lawns, fields, operational areas, and storm water system operation and maintenance, such as mowing, trimming, edging, trash and debris removal, aeration, de-thatching, fertilization, irrigation systems operation and maintenance, tree maintenance, tree control, vegetation and weed control within the installation. Pavement Clearance consists of pavement sweeping services to ensure roads and other paved surfaces are free of debris and to improved appearance of paved areas. Pavement Clearance services do not include any repair work of facilities or fixtures unless damaged by the Contractor. The Contractor shall accomplish all pavement sweeping tasks at the request of the customer, via the Non-Recurring Work ELINs. Procurement Method: Contracting by Negotiation. The NAICS Code for this procurement is 561210 and the annual size standard is $47 million. The contract term will be for a one-year base period plus four one-year option periods and one six-month option period, for a maximum duration of 66 months. The Government will not synopsize the options when exercised. Non-recurring work may be issued via FedMall, a web-based ordering system, using Government purchase cards. The previous contract is currently in the 8(a) program. Based on market research, including a sources sought notice issued to the Small Business Administration (SBA) in February 2026, there is a reasonable expectation that offers would be obtained from at least two responsible 8(a) concerns. Five firms provided the requested information and appear capable of providing the required services, with three being 8(a) firms. Based on the results, the requirement will remain in the 8(a) program and the solicitation will be issued as an 8(a) competitive set-aside. NAVFAC Hawaii’s Office of Small Business Programs concurs with the set-aside determination. Offerors can view and/or download the solicitation, and any attachments, at https://www.sam.gov when it becomes available. Proposals shall be submitted using the Procurement Integrated Enterprise Environment (PIEE) Solicitation Application. See below "New Vendor Organization - Getting Started Help - PIEE" link. All interested Offerors shall register in PIEE. No notice of solicitation activity will be provided to interested Offerors. Proposal receipt date TBD

    Key dates

    1. April 17, 2026Posted Date

    AI search tags

    Frequently asked questions

    Facility Support Services 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.