Base Operation Support (BOS) Services for Marine Corps Air Station (MCAS) Laurel Bay (LB), Laurel Bay Schools, Beaufort, South Carolina, and Townsend Bombing Range Shellman Bluff, Georgia
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy, NAVFAC Mid-Atlantic, is issuing a pre-solicitation for Base Operation Support (BOS) Services for Marine Corps Air Station (MCAS) Laurel Bay, SC, Laurel Bay Schools, and Townsend Bombing Range, GA. This will be an Indefinite Delivery Indefinite Quantity (IDIQ), Performance-Based contract with recurring and non-recurring services. This opportunity is a competitive 100% 8(a) Small Business Set-Aside. The Request for Proposal (RFP) is anticipated to be posted on SAM.gov on or about May 18, 2026, with proposals due at least 30 days thereafter.
Scope of Work
The contractor shall provide all labor, management, supervision, tools, material, and equipment for BOS services, including:
- Facility Investment (Sub-Annex 1502000): Sustainment, Restoration, and Modernization (SRM) for infrastructure, including maintenance, repair, alteration, demolition, and minor construction for buildings, structures, and systems (e.g., plumbing, roofing, HVAC, electrical, UPV).
- Pest Control (Sub-Annex 1503020): Services to prevent and control nuisance, structural, turf, ornamental, medical arthropod, and vertebrate pests.
- Electrical (Sub-Annex 1602000): Operation, maintenance, and repair of electrical power generation plants, transmission, and distribution systems.
- Base Support Vehicle and Equipment (BSVE) (Annex 1700000): A transportation program covering vehicle and equipment maintenance, repairs, operations (dispatch, WHE/MHE/OHE, liquid/people movements), operator licensing/training, inspection, and certification.
Contract & Timeline
- Contract Type: IDIQ, Performance-Based, with recurring and non-recurring services.
- NAICS Code: 561210 (Facilities Support Services), Size Standard: $47M.
- Set-Aside: 100% 8(a) Small Business Set-Aside.
- Period of Performance: One (1) base year, six (6) one-year option periods, and one (1) six-month option period, not to exceed 66-90 months, including a 60-day phase-in.
- RFP Posting: On or about May 18, 2026, on SAM.gov.
- Proposal Due Date: At least 30 days after RFP posting.
- Current Contract: Replaces N4008518D9738, expiring May 31, 2027.
Evaluation Factors
Award will be made using Source Selection procedures (FAR Part 15) based on a tradeoff analysis, considering price and the following non-price factors:
- Factor 1: Management Approach
- Factor 2: Corporate Experience (comparable projects in size, scope, and complexity; size: at least $4.9M/year for recurring services; scope/complexity: all services as described in PWS).
- Factor 3: Safety
- Factor 4: Past Performance (relevance of recent efforts and quality of performance).
- Note: An Unacceptable rating in any non-cost/price factor will result in an overall Unacceptable rating.
Additional Notes
- The IDIQ contract will include online ordering capability using FedMall for Non-Recurring ELINs. Acceptance of Government Purchase Credit Cards and purchase of FedMall Encrypted software are required.
- All prospective contractors must be registered in the System for Award Management (SAM) database. Offerors are encouraged to monitor SAM.gov for updates and amendments.
- Inquiries must be submitted in writing to Krystal Goodman (krystal.s.goodman2.civ@us.navy.mil) at least 10 days prior to the RFP due date.