IDIQ JOC FOR SPECIALTY TRADE PROJECTS AT VARIOUS GOVERNMENT FACILITIES LOCATED WITHIN THE MCLB BARSTOW, MCAGCC 29 PALMS, MWTC BRIDGEPORT, CALIFORNIA AOR AND OTHER LOCATIONS AS APPROVED
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 Southwest is conducting a Sources Sought market survey to identify qualified Small Businesses, including 8(a), HUBZone, Economically Disadvantaged Women Owned Small Business (EDWOSB), and Service-Disabled Veteran Owned Small Business (SDVOSB) concerns. This is for an IDIQ Job Order Contract (JOC) for Specialty Trade Projects at various government facilities within the MCLB Barstow, MCAGCC 29 Palms, and MCMWTC Bridgeport, CA Area of Responsibility (AOR), and other approved locations. The purpose is to gather information to determine the acquisition strategy for a future solicitation. Responses are due by April 2, 2026.
Scope of Work
NAVFAC Southwest is seeking sources with current and relevant experience, personnel, and capability to perform new general building construction, repair, and renovation projects. These projects will be executed at Marine Corps Air Ground Combat Center (MCAGCC) 29 Palms, Marine Corps Mountain Warfare Training Center (MCMWTC) Bridgeport, and Marine Corps Logistics Base (MCLB) Barstow, CA, and other approved locations.
Contract Details
- Opportunity Type: Sources Sought (Market Research)
- NAICS Code: 238990 (All Other Specialty Trade Contractors)
- Small Business Size Standard: $19 million
- Proposed Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ) Job Order Contract (JOC)
- Period of Performance: A base period of two (2) years and one (1) option period of three (3) years, for a maximum total of five (5) years.
- Estimated Total Contract Value: $49,000,000
- Estimated Task Order Range: $2,000 to $1,500,000
Submission Requirements
Interested parties must submit information via email to Rashonda T. Smith (rashonda.t.smith.civ@us.navy.mil) by April 2, 2026, at 2:00 p.m. (local time). Submissions must include:
- Contractor Information: Unique Entity ID (UEI) and CAGE Code.
- Business Type: Identification of Small Business, 8(a), HUBZone, EDWOSB, and/or SDVOSB status.
- Bonding Capacity: Surety name, maximum per project, and aggregate maximum.
- Work Locations: Willingness and capability to work within the specified AOR zones.
- Project Experience: A minimum of three (3) and maximum of five (5) recent (within 5 years) prime contracts, government or commercial, demonstrating specialty trade construction, repair, and renovation experience. Each project must have a minimum construction cost of $100,000. The provided "Sources Sought Contractor Information Form" must be used, detailing project specifics and self-performed work (defined as 50% of relevant specialty trade work in-house).
- Safety Data: OSHA DART and TRC rates for 2023, 2024, and 2025 YTD, with explanations for rates exceeding specified thresholds.
Important Notes
This is a market survey for planning purposes only and does not constitute a Request for Proposal or a commitment by the Government. No reimbursement will be made for submission costs. Prospective offerors are encouraged to start SAM registration early due to potential delays. Respondents will not be notified of market research results.