Sources Sought Notice for Facility Investment Services, NAVFAC HI
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 in Kaneohe Bay, Hawaii. This notice aims to identify potential offerors capable of providing comprehensive maintenance, repair, alteration, demolition, and minor construction services. Responses are due by February 2, 2026.
Scope of Work
The contractor will be responsible for providing labor, management, supervision, tools, material, and equipment for maintenance, repair, alteration, demolition, and minor construction services across various facility systems, including:
- Building Systems
- HVAC and Refrigeration Systems
- Interior and Exterior Lighting Systems
- Fire Protection Systems
- Electrical
- Miscellaneous
- Signs
- Locksmith
Contract & Timeline
- Type: Sources Sought / Market Research (Contracting by Negotiation anticipated)
- Duration: Anticipated one-year base period plus four one-year option periods, and one six-month option period (maximum 66 months).
- NAICS Code: 561210 (Facility Support Services)
- Size Standard: $47 million
- Set-Aside: None specified (market research to determine set-aside method)
- Response Due: February 2, 2026
- Published: January 24, 2026
Response Requirements
Interested sources must complete and submit the attached Sources Sought Questionnaire (Excel format, including "questionnaire" and "references" tabs) via email to the primary contact. Responses must be submitted by February 2, 2026, and should include:
- Confirmation of capability to provide the required services.
- Intent to submit a proposal as a prime contractor.
- Full company name, address, CAGE Code, DUNS Number, and SAM UEI.
- Business size status (e.g., small business, 8(a), HUBZone, SDVOSB, WOSB).
- Customer references for similar Facility Support Services performed within the past seven years, valued at $100,000.00 or more per year (either standalone or collectively).
Additional Notes
This notice is solely for market research purposes to determine source availability and potential set-aside methods before issuing a formal Request for Proposal (RFP). It is not a solicitation, and the Government is not committing to issue a solicitation or award a contract based on responses to this notice. Non-recurring work may be issued via FedMall using Government purchase cards.