Opportunity
SAM #N4008526R0033
Base Operation Support Services for MCAS Laurel Bay, Laurel Bay Schools, and Townsend Bombing Range
Buyer
Naval Facilities Engineering Systems Command Mid-Atlantic
Posted
May 01, 2026
Identifier
N4008526R0033
NAICS
561210
NAVFAC Mid-Atlantic is seeking proposals for a Base Operation Support (BOS) IDIQ contract at multiple Marine Corps and federal facilities in South Carolina and Georgia. - Government Buyer: - Department of Defense, Department of the Navy, Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic - Locations Covered: - Marine Corps Air Station (MCAS) Laurel Bay, Beaufort, SC - Laurel Bay Schools, Beaufort, SC - Townsend Bombing Range, Shellman Bluff, GA - Outlying areas supported by these installations - Services Requested: - Facility Investment: sustainment, restoration, modernization, maintenance, repair, alteration, demolition, and minor construction for buildings and systems - Pest Control: prevention and control of nuisance, structural, turf, ornamental, and medical pests (insects, rodents, birds, other vertebrates) - Electrical: operation, maintenance, and repair of power generation, transmission, and distribution systems - Base Support Vehicle and Equipment: transportation program, vehicle and equipment maintenance, dispatch, operator licensing, inspection, certification, and administrative management - Contract Details: - Indefinite Delivery Indefinite Quantity (IDIQ) contract - 100% 8(a) Small Business set-aside - Online ordering via FedMall for non-recurring items - Acceptance of Government Purchase Credit Cards required - NAICS code: 561210 - Notable Requirements: - Contractor must provide all labor, management, supervision, tools, materials, equipment, facilities, transportation, incidental engineering, and other necessary items - No specific OEMs or product part numbers are named in the solicitation
Description
This is not a request for either a quote or proposal, or invitation for bid. The intent of this pre-solicitation synopsis is to notify potential offerors of Base Operation Support (BOS), Indefinite Delivery Indefinite Quantity (IDIQ), Performance-Based contract with Recurring and Non-Recurring services to provide Facility Investment, Pest Control, Electrical and Base Support Vehicle and Equipment (BSVE) services for Marine Corps Air Station (MCAS) Laurel Bay (LB), Laurel Bay Schools, Beaufort, South Carolina, Townsend Bombing Range Shellman Bluff, Georgia, and outlying areas supported by the installations.
The Contractor shall provide all labor, management, supervision, tools, material and equipment facilities, transportation, incidental engineering, and other items necessary to provide BOS services. Locations include but are not limited to:
Marine Corps Air Station (MCAS) Laurel Bay (LB), Laurel Bay Schools, Beaufort, South Carolina, Townsend Bombing Range Shellman Bluff, Georgia, and outlying areas supported by the installations.
General Work Requirements:
Sub-Annex 1502000 Facility Investment
The intent of Facility Investment is to specify the requirements for Sustainment, Restoration, and Modernization (SRM) sub-functions only. The Facility Investment requirements within this sub-annex primarily consist of infrastructure sustainment and minimal restoration and modernization work. Sustainment is the maintenance and repair necessary to keep an inventory of facilities and other assets in good working order. Restoration and modernization normally consists of major rehabilitation and capital improvements that is accomplished through other USMC programs. Some major repair, minor construction and stand-alone demolition may be accomplished as part of Facility Investment.
The Contractor shall perform maintenance, repair, alteration, demolition and minor construction for the following: Building and Structures – to include interior and exterior finishes, plumbing (includes backflow prevention devices), grease traps, roofing, foundation, structural components, cathodic protection systems, tanks, POL system, pipelines, relamping, converters, Building Systems -HVAC, Direct Digital Control (DDC), Emergency Management Control System (EMCS), Vertical Transportation Equipment (VTE), intrusion detection systems, bridge and jib cranes, boilers, Unfired Pressure Vessels (UPV), compressed air systems, potable water (including backflow prevention devices), wastewater, and electrical.
Sub-Annex 1503020 Pest Control
The contractor shall provide pest control services to prevent and control nuisance, structural, turf and ornamental, and medical arthropod and vertebrate pests, including but not limited to cockroaches, termites, ants, fleas, bed bugs, silverfish, stored product pests, mosquitoes, mice, rats, bats, feral dogs and cats and other vertebrates, bees, wasps, pigeons, and nuisance birds.
Sub-Annex 1602000 Electrical
The Contractor shall provide all labor, management, supervision, tools, material, and equipment to continuously operate, maintain, and repair the electrical power generation plant, transmission systems and distribution systems. The intent is to specify the requirements for electrical power generation, power transmission and distribution. All sources for generating electrical power for utilities, e.g., boilers, wind, solar, gas, etc.
Annex 1700000 Base Support Vehicle and Equipment
The intent of BSVE is to specify the requirements for a transportation program consisting of vehicles, equipment maintenance and repairs. The vehicle and equipment operations shall include dispatch, Weight Handling Equipment (WHE) / Material Handling Equipment (MHE), Ordinance Handling Equipment (OHE), liquid movements, people movements, operator licensing and training, inspection and certification, and specified administrative program management.
Source Selection procedures will be used to select the best value offeror using tradeoff analysis in accordance with FAR Part 15 – Contracting by Negotiation. The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposal (RFP), will be advantageous to the Government price and other evaluation factors considered. The offeror’s proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The solicitation requires the evaluation of price and
the following non-price factors: Factor 1 – Management Approach, Factor 2 – Corporate Experience, Factor 3 – Safety, and Factor 4 – Past Performance.
Factor 2 Corporate Experience and Factor 4 Past Performance: The distinction between corporate experience and past performance is that experience pertains to the volume of work completed by a contractor that are comparable to the types of work described under the definition of recent, relevant projects, in terms of size, scope, and complexity. Past performance pertains to both the relevance of recent efforts and how well a contractor has performed on the contracts.
Size: A contract with a yearly value of at least $4,900,000 for recurring services.
Scope/Complexity: Offeror must have provided all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide Facility Investment, Pest Control, Electrical, and BSVE as described in the Performance Work Statement (PWS).
NOTE: An Unacceptable rating in any of the non-cost/price factors will result in an overall rating of Unacceptable for the non-cost/price factors, unless corrected through discussions.
The proposed procurement will be issued as a NAVFAC Mid-Atlantic BOS, Indefinite Delivery, /Indefinite Quantity (IDIQ) type contract with recurring and non-recurring services. The IDIQ contract will include online ordering capability using FedMall for the Non-Recurring Exhibit Line Item Numbers (ELINs). Acceptance of Government Purchase Credit Cards is required along with the purchase of FedMall Encrypted software. The North American Classification System (NAICS) is 561210; the size standard is $47M.
Offers shall be submitted for the performance of work for a period of one year. However, the initial term of the contract may be for a period of less than one year. The Government has the option to extend the term of the contract services for additional periods of one to twelve months. The contract will be for a base period of one (1) year, with six (6) one-year option periods, and one (1) six-month period, not to exceed sixty-six (90) months. This contract will include a 60-day phase-in period.
The proposed procurement will be listed as a competitive 100% 8(a) Small business set-aside. The Request for Proposal (RFP) will be made available in electronic format only (Adobe Acrobat (pdf)) and will be posted on SAM.gov website on or about 18 May 2026. The estimated proposal due date shall be at least 30 days after the RFP is posted. (Contractors - inquiries must be submitted in writing to Krystal Goodman at (krystal.s.goodman2.civ@us.navy.mil) at least 10 days prior to the RFP due date.
The SAM site address is https://sam.gov/. Notifications of any updates or amendments to the solicitation will be posted on the SAM. Contractors are encouraged to register on the SAM website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. IT IS THE SOLE RESPONISBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES.
All prospective contractors are required to register on the System for Award Management (SAM) database. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://sam.gov/.
This contract will replace a contract for similar services. The current contract is N4008518D9738, for BOS Services for Marine Corps Air Station (MCAS) Laurel Bay (LB), Laurel Bay Schools, Beaufort, South Carolina, and Townsend Bombing Range Shellman Bluff, Georgia,
The current contract expires 31 May 2027.