IDIQ JOC TOTAL WOMEN OWNED SMALL BUSINESS SET-ASIDE FOR COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION PROJECTS AT VARIOUS GOV FACILITIES WITHIN THE MARINE CORPS LOGISTICS BASE BARSTOW, MARINE CORPS AIR-GROUND COMBAT CETNER 29 PALMS, AN
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 Synopsis for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for general building construction, repair, and renovation projects. This market research aims to identify qualified small businesses, including Women-Owned Small Businesses (WOSB), for projects at various Marine Corps facilities in California, including MCLB Barstow, MCAGCC 29 Palms, and MCMWTC Bridgeport. Responses are due by April 2, 2026.
Scope of Work
NAVFAC Southwest seeks sources capable of performing new general building construction, repair, and renovation projects. These projects will be executed at government facilities within the Marine Corps Logistics Base Barstow, Marine Corps Air-Ground Combat Center Twentynine Palms, Marine Corps Mountain Warfare Training Center Bridgeport, and other approved locations within NAVFAC Southwest's Area of Responsibility (AOR). The work falls under NAICS Code 236220 (Commercial and Institutional Building Construction) with a small business size standard of $45 million.
Contract & Timeline
- Opportunity Type: Sources Sought / Market Research
- Contract Type: Anticipated IDIQ JOC
- Period of Performance: A 2-year base period with three 3-year option periods, for a maximum total of five years.
- Estimated Total Contract Value: $49,000,000 (for base and all option years combined).
- Task Order Range: Estimated between $2,000 and $1,000,000.
- Set-Aside: While the opportunity title mentions a "Total Women Owned Small Business Set-Aside," this Sources Sought is specifically seeking information from Small Businesses, SBA certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Women Owned Small Businesses (WOSB), and Service-Disabled Veteran Owned Small Businesses (SDVOSB) to determine the final procurement strategy.
- Response Due: April 2, 2026, 2:00 p.m. (local time).
- Published Date: March 13, 2026.
Submission Requirements
Interested sources must respond via email to Rashonda T. Smith at rashonda.t.smith.civ@us.navy.mil. Responses must include:
- Contractor Information: Unique Entity ID (UEI) and CAGE Code.
- Business Type: Identification of all applicable small business certifications (Small Business, 8(a), HUBZone, WOSB, SDVOSB).
- Bonding Capacity: Surety name, maximum per project, and aggregate maximum.
- Locations: Indication of willingness and capability to work within the specified AORs.
- Experience: A minimum of three (3) and maximum of five (5) recent (within 5 years, 100% completed) prime contractor projects. Each project must be for repair/construction of commercial/institutional buildings with a minimum construction cost of $100,000. A "Sources Sought Contractor Information Form" (provided as an attachment) must be used to detail each project, including contract number, title, location, award/completion dates, final price, type of work, customer, role, contract type, and percentage of self-performed work.
- Safety: OSHA DART and TRC rates for 2023, 2024, and 2025 (to date), with explanations for any rates exceeding thresholds.
Additional Notes
This is a market survey for preliminary planning purposes only and does not constitute a Request for Proposal or a commitment by the Government. No reimbursement will be made for response costs. Prospective offerors are advised that SAM.gov registration can take longer than usual and should be initiated early.