Inactive
8(a) Set-Aside (FAR 19.8)
Notice ID:N6945025R1077
This is a Synopsis Notice for Base Operations Support (BOS) Services at Naval Air Station (NAS) Corpus Christi, TX; NAS Kingsville, TX; and outlying areas, has been updated as follows: 1) The proposed...
This is a Synopsis Notice for Base Operations Support (BOS) Services at Naval Air Station (NAS) Corpus Christi, TX; NAS Kingsville, TX; and outlying areas, has been updated as follows: 1) The proposed solicitation number is updated to N6945026R0008. 2) The anticipated date of RFP issuance has been updated to on or after 17 October 2025. ------------------------------------------------------------------------------- This is a Synopsis Notice for Base Operations Support (BOS) Services at Naval Air Station (NAS) Corpus Christi, TX; NAS Kingsville, TX; and outlying areas. 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 N6945025R1077. The work includes, but is not limited to, all labor, supervision, management, tools, materials, and equipment, facilities, incidental engineering, and other items necessary to perform: Facility Investment, Other (Training Pools), and Base Support Vehicles and Equipment (BSVE) at NAS Corpus Christi, TX; NAS Kingsville, TX and outlying areas. This requirement is performance based. The proposed contract type is a Facilities Support Indefinite-Quantity contract with recurring work (firm-fixed price) and non-recurring work (indefinite delivery, indefinite quantity) Contract Line Item Numbers (CLINS). 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 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 N6945021D0026, awarded in 2021. 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 competitive 8(a) set-aside. The Government will only accept offers from 8(a) certified firms. 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 at https://sam.gov when it becomes available. The anticipated date of RFP issuance is on or after 5 September 2025.