Facility Investment Services
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 (NAVFACSYSCOM HAWAII) is conducting market research through a Sources Sought notice for Facility Investment Services at the Marine Corps Reserve Training Center, Kaneohe Bay, Hawaii. This notice aims to identify potential offerors for a future contract that will involve a one-year base period plus four one-year option periods and one six-month option period, for a maximum duration of 66 months. Responses are due by February 2, 2026.
Scope of Work
The Contractor will be required to provide all labor, management, supervision, tools, material, and equipment for Facility Investment services. This includes maintenance, repair, alteration, demolition, and minor construction for:
- Building Systems
- HVAC and Refrigeration Systems
- Interior and Exterior Lighting Systems
- Fire Protection Systems
- Electrical
- Miscellaneous
- Signs
- Locksmith
Non-recurring work may be issued via FedMall using Government purchase cards.
Contract & Timeline
- Opportunity Type: Sources Sought / Market Research
- NAICS Code: 561210 (Facilities Support Services) with an annual size standard of $47 million.
- Anticipated Contract Term: One-year base period plus four one-year option periods and one six-month option period (66 months total).
- Set-Aside: To be determined based on market research responses.
- Response Due: February 2, 2026, by 6:00 PM EST.
- Published Date: January 24, 2026.
Response Requirements
Interested sources capable of providing the required services must complete the attached sources sought questionnaire (Excel file with 'questionnaire' and 'references' tabs) and email it to Kimberly.d.groce.civ@us.navy.mil. Responses must include:
- Indication of capability to provide services.
- Intent to submit as a prime contractor.
- Full name and address.
- CAGE Code and DUNS Number.
- Size status (e.g., small business, 8(a), HUBZone, SDVOSB, WOSB).
- Customer references for similar Facility Investment Services performed within the past seven years, valued at $100,000 or more per year. References should detail client name, POC, contact info, contract number, title, location, dates, amounts, description of work, and role (prime/sub/JV).
Additional Notes
This notice is for information and planning purposes only and does not constitute a request for proposal or a commitment by the Government to issue a solicitation or award a contract. An award will not be made based on responses to this notice. The Government will determine the set-aside method for the procurement based on the responses received.