Marine Corps Base Camp Pendleton (MCBCP) Base Operations Support Contract (BOSC)
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 SOUTHWEST, is soliciting proposals for the Marine Corps Base Camp Pendleton (MCBCP) Base Operations Support Contract (BOSC). This Total Small Business Set-Aside opportunity covers comprehensive facilities operations support services, including sustainment, restoration, and modernization. The solicitation has been re-opened and significantly updated through multiple amendments. Proposals are due by Monday, April 27, 2026, at 2:00 PM PDT.
Scope of Work
This contract requires comprehensive Facilities Operations Support Services (PSC S216) at Marine Corps Base Camp Pendleton, CA. The scope includes Facility Investment, Sustainment, Restoration, and Modernization (SRM) sub-functions. The contractor will perform maintenance, repair, alteration, demolition, and minor construction across a wide range of facilities and systems. This encompasses buildings, HVAC, fire protection, roads, paved surfaces, waterfront structures, airfields, fueling stations, and other base infrastructure. Key responsibilities include Emergency, Urgent, and Routine (E/U/R) work, a Preventive Maintenance (PM) Program, and an Inspection, Testing, and Certification Program. Personnel must be trained, certified, and licensed, adhering to industry standards and environmental compliance.
Contract & Timeline
- Type: Firm Fixed-Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ), performance-based contract.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Proposal Due: April 27, 2026, at 2:00 PM PDT.
- Published Date: April 6, 2026 (latest amendment).
Key Amendments & Updates
This solicitation has undergone significant revisions. Amendment 0005 re-opened the solicitation, superseded all previous amendments (0001-0015), and established the current proposal due date of April 27, 2026. It also updated various sections including A, C, F, H, I, J, K, L, and M, modifying contract details, work locations, clauses, and evaluation factors.
Amendment 00017 (0006), the most recent update, provides responses to RFI questions (#1-114) in an Excel document dated April 6, 2026. It also includes updated Wage Determinations (DB WD #CA20260001 Mod #2 dated Jan 23, 2026, and SCA WD #2015-5635 rev #29 dated Dec 03, 2025). Section L has been updated with changes to the Contracting Officer's email address and other details, marked in red text. New Annex attachments related to Environmental and Management/Administration services have been added, and FAR Clause 52.222-62 (Paid Sick Leave) has been incorporated.
Submission Requirements
All offerors must acknowledge receipt of Amendment 00017 (0006) as part of their proposal submission. Bidders should thoroughly review all updated sections and RFI responses to ensure compliance.
Contacts
- Primary: Demi Flores, demi.m.flores.civ@us.navy.mil, (619) 572-4770
- Secondary: Christopher Jennen, christopher.j.jennen.civ@us.navy.mil, 6197054920