SOURCES SOUGHT NOTICE FOR GENERAL CONSTRUCTION IDIQ JOC FOR 29 PALMS, BRIDGEPORT, & BARSTOW
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, has issued a Sources Sought Notice for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for General Construction, Repair, and Renovation projects. This market research aims to identify qualified small businesses for potential future solicitations at various government facilities, including MCLB Barstow, MCAGCC 29 Palms, and MCMWTC Bridgeport in California. Responses are due by April 2, 2026.
Purpose & Scope
This is a Sources Sought Synopsis for market research purposes only, not a Request for Proposal. The Navy is gathering information to facilitate decision-making regarding the procurement strategy for general construction projects. The scope of work involves new general building construction, repair, and renovation projects within the NAVFAC Southwest Area of Responsibility (AOR).
Contract Details
- NAICS Code: 236220 (Commercial and Institutional Building Construction)
- Small Business Size Standard: $45 million
- Contract Type: IDIQ Job Order Contract (JOC)
- Period of Performance: A 2-year base period with one 3-year option period, for a maximum total of five years.
- Estimated Total Contract Price: $49,000,000 (for base and all option years combined).
- Task Order Range: Estimated between $2,000 and $1,000,000.
Eligibility & Set-Aside
NAVFAC Southwest is specifically seeking information from potential qualified Small Businesses, including SBA certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Women Owned Small Businesses (WOSB), and Service-Disabled Veteran Owned Small Businesses (SDVOSB). The market research will inform whether a future solicitation will be issued as a competitive set-aside or as full and open (unrestricted).
Submission Requirements
Interested sources must respond via email by April 2, 2026, at 2:00 p.m. (local time) to Rashonda T. Smith at rashonda.t.smith.civ@us.navy.mil. Responses must include:
- Contractor Information (Unique Entity ID, CAGE Code).
- Type of Business (e.g., Small Business, 8(a), HUBZone, WOSB, SDVOSB).
- Bonding Capacity (surety name, maximum per project, aggregate maximum).
- Willingness and capability to work in specified locations.
- Experience: Minimum of three (3) and maximum of five (5) recent (within 5 years, 100% completed) government or commercial prime contractor projects for repair/construction of commercial/institutional buildings, each with a minimum construction cost of $100,000. The provided "Sources Sought Contractor Information Form" must be used for detailing each project.
- Safety: OSHA DART and TRC rates for 2023, 2024, and 2025 TO DATE, with explanations for any rates exceeding thresholds.
Contact Information
For inquiries, contact Rashonda Smith at rashonda.t.smith.civ@us.navy.mil or (619) 705-4918.