Base Operations Support (BOS) Services at Naval Air Station (NAS) Jacksonville, FL and Outlying Areas
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 Southeast is soliciting proposals for Base Operations Support (BOS) Services at Naval Air Station (NAS) Jacksonville, FL, and its outlying areas. This is a Total Small Business Set-Aside opportunity for a comprehensive facilities support contract. Proposals are due by 2:00 PM EST, January 30, 2026.
Scope of Work
The work is performance-based and includes all labor, supervision, management, tools, materials, and equipment necessary for:
- Facility Management
- Facility Investment
- Utilities Management (Electrical, Wastewater, Steam, Water, Compressed Air)
- Transportation
- Environmental Services
- Other (Training Pools)
Services will be performed at NAS Jacksonville, OLF Whitehouse, and Cecil Field Commerce Center. The contractor will utilize the NAVFAC Maximo system for work orders, asset inventory, and condition assessments.
Contract Details & Term
- Type: Facilities Support Indefinite-Quantity contract, combining Firm-Fixed Price (FFP) for recurring work and Indefinite Delivery Indefinite Quantity (IDIQ) for non-recurring work.
- Duration: A base period of one year plus seven one-year option periods, for a total potential performance period of eight years (96 months). An option to extend services for up to six months (FAR 52.217-8) may be exercised.
- NAICS Code: 561210 (Facilities Support Services) with a $47.0M annual small business size standard.
- Incumbent: Services are currently performed under contract N6945019D1750, awarded in 2018.
Key Dates & Response Information
- Proposal Due Date: 2:00 PM EST, January 30, 2026 (extended by Amendment 0004).
- Site Visit: A three-day site visit was held on November 18-20, 2025, at NAS Jacksonville.
- Government Pre-Award Inquiry (GPI) Cutoff: 2:00 PM EST, December 3, 2025 (questions submitted via Attachment JL-2_N6945026R0007_GPIF.xlsx).
- Contact: Courtney Peterson, Contract Specialist, courtney.j.peterson3.civ@us.navy.mil.
Evaluation Factors
Award will be made using a Best Value Tradeoff process. Technical factors (Corporate Experience, Management Approach, Technical Approach, Safety) and Past Performance are significantly more important than price.
Important Attachments & Notes
- Labor Hours Spreadsheet (JL-1_N6945026R0007_Labor Hours Spreadsheet_0003.xlsx) and ELINs (J-0200000-23 ELINs_0004.xlsx): Provide detailed breakdowns of recurring and non-recurring work items for pricing.
- Corporate Experience Project Data Sheet (JM-1_N6945026R0007_Corporate Experience.docx): Required for demonstrating relevant past project experience.
- Collective Bargaining Agreements (CBAs): Latest CBA (J-0200000-02 CBA-2020-719_0003.pdf) is effective January 1, 2026, through December 31, 2028, and details wage rates and benefits for the incumbent workforce. Bidders must consider these for labor costs.
- Wage Determinations: Latest Service Contract Act Wage Determination (Rev-29) and Building Construction Wage Rates (FL20260202) are provided.
- Subcontractor Requirements: The solicitation does not require first-tier subcontractors to be small businesses, but for small business set-asides, the government cannot rely on large business subcontractor experience if the small business prime cannot independently demonstrate capabilities.
- Proposal Submission: No hand-delivered proposals will be accepted. Proposals must be submitted in separate volumes for responsibility, non-price, and price, with specific page limitations and electronic copies on CD-ROM.
Offerors are encouraged to review all amendments, especially Amendment 0004, for the latest submission deadline and other critical updates.