Base Operations Support (BOS) Services at Naval Air Station (NAS) Jacksonville, FL and Outlying Areas

SOL #: N6945026R0007Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVFACSYSCOM SOUTHEAST
NAS JACKSONVILLE, FL, 32212-0030, United States

Place of Performance

Jacksonville, FL

NAICS

Facilities Support Services (561210)

PSC

Maintenance Of Other Non Building Facilities (Z1PZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Nov 13, 2025
2
Last Updated
Jan 23, 2026
3
Submission Deadline
Jan 15, 2026, 7:00 PM

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 requirement is for a performance-based, Facilities Support Indefinite-Quantity contract, competitively procured as a Total Small Business Set-Aside. The services aim to ensure efficient operation, maintenance, and repair of facilities and infrastructure. Proposals are due by February 5, 2026, at 2:00 PM EST.

Scope of Work

The comprehensive scope includes, but is not limited to: Facility Management, Facility Investment, Utilities Management (Electrical, Wastewater, Steam, Water, Compressed Air), Transportation, and Environmental services. This covers sustainment, restoration, modernization, maintenance, repair, alteration, demolition, and minor construction for buildings, structures, and systems like HVAC, fire protection, and electrical infrastructure. The contractor will utilize the NAVFAC Maximo system for managing work orders, assets, and condition assessments.

Contract Details

This is an Indefinite-Quantity contract, combining Firm-Fixed Price (FFP) for recurring work and Indefinite Delivery Indefinite Quantity (IDIQ) for non-recurring work. The contract term is a base period of one year plus seven one-year option periods, totaling up to eight years (96 months). An option to extend services for up to six additional months (FAR 52.217-8) is included. The primary NAICS Code is 561210 (Facilities Support Services) with a $47.0M small business size standard. Services are currently performed under contract N6945019D1750.

Key Documents & Amendments

Multiple amendments have been issued, with Amendment 0005 extending the proposal due date. Other significant updates include revised Exhibit Line Item Numbers (ELINs) for recurring and non-recurring work, updated Collective Bargaining Agreements (CBAs) for incumbent workforces (Midnight Sun Technologies, LLC with IUOE Local 673, and JLL-Midnight Sun IFMS, LLC with IBEW Local 177, both effective January 1, 2026), and updated Service Contract Act and Building Construction Wage Determinations. Detailed facility descriptions, asset inventories, labor hour spreadsheets, and Maximo system procedures are also provided. A site visit was conducted from November 18-20, 2025.

Evaluation Factors

Award will be made using a best value tradeoff process. Technical factors (Corporate Experience, Management Approach, Technical Approach, Safety) are equally important and, when combined, are significantly more important than price. Past performance will be evaluated, requiring relevant projects with a contract value of $12,000,000.00 per year or greater, either ongoing with 12 months completed or finished within the last five years. Offerors may rely on first-tier small business subcontractor experience if the prime's experience is insufficient.

Submission Requirements

Proposals must be submitted in separate volumes for responsibility determination, non-price, and price. The non-price proposal binder has a page limit of 150 pages. Hard copies and CD-ROMs are required; hand-delivered or electronic proposals are not accepted. Government Pre-Award Inquiries (GPIs) were due by December 3, 2025, and responses have been posted via amendments.

Important Dates

  • Site Visit: November 18-20, 2025 (Past)
  • Government Pre-Award Inquiries (GPIs) Cutoff: December 3, 2025, 2:00 PM EST (Past)
  • Proposal Due Date: February 5, 2026, 2:00 PM EST

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 6
Solicitation
Posted: Jan 23, 2026
View
Version 5
Solicitation
Posted: Jan 21, 2026
View
Version 4
Solicitation
Posted: Jan 16, 2026
View
Version 3
Solicitation
Posted: Jan 12, 2026
View
Version 2
Solicitation
Posted: Nov 21, 2025
View
Version 1Viewing
Solicitation
Posted: Nov 13, 2025
Base Operations Support (BOS) Services at Naval Air Station (NAS) Jacksonville, FL and Outlying Areas | GovScope