MCAS YUMA ENCAMPMENT SERVICES
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, specifically Marine Corps Air Station (MCAS) Yuma, AZ, is soliciting proposals for Encampment Support Services. This requirement addresses a critical lack of billeting for annual training exercises and Southwest Border operations. The contract will be a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) with Firm Fixed Price (FFP) line items. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Proposals are due by February 18, 2026, at 12:00 PM PST.
Scope of Work
The contractor will provide comprehensive encampment services for up to 800 personnel at MCAS Yuma. Key services include:
- Tent City Operations: Provision, installation, and maintenance of tents with A/C, power generation (contractor-furnished fuel), 6-inch raised flooring, 110v outlets per bed space, blackout curtains, and furnishings. Tents must adhere to UFC 1-201-01 spacing, including 30ft between rows and 59ft between structure groups.
- Life Support Facilities: Portable sanitary facilities (1:10 ratio, 110% secondary containment for blackwater), hand wash stations, and shower units (hot/cold water).
- Logistical Support: Dumpster and trash removal, laundry services (48-hour turnaround), duty tent, community tent, and potable water trailers (meeting USMC M149A2 specifications).
- Flexibility: Provision for influx/transient personnel tents on short notice, and full mobilization/demobilization services.
Contract Details
- Contract Type: Single Award IDIQ, Firm Fixed Price (FFP) CLINs/ELINs.
- Period of Performance: Base ordering period of 12 months (February 20, 2026, to February 19, 2027). Individual task orders are anticipated to range from 7-45 days, with a maximum of 90 days, and are not expected to be consecutive. Encampment must be operational 9 days after Task Order issuance.
- Minimum Order: $500.00
- Maximum Order: $9,000,000.00
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB).
- NAICS Code: 561210 (Facilities Support Services), Size Standard: $47,000,000.00.
- Place of Performance: MCAS Yuma, AZ.
Submission & Evaluation
- Proposal Due Date: February 18, 2026, 12:00 PM PST.
- Submission Method: Email to GySgt John Duong (john.duong@usmc.mil) and Nicholas Vonbargen (nicholas.vonbargen@usmc.mil). Note email size limits (35MB total, 2MB per attachment recommended).
- Evaluation Process: Lowest Price Technically Acceptable (LPTA).
- Evaluation Factors: Technical Approach (Acceptable/Unacceptable), Past Performance (Acceptable/Unacceptable), and Price (Fair and Reasonable). Offerors must demonstrate a thorough understanding of requirements, including mobilization/demobilization plans and quality control.
- Required Documents: Complete the ELIN Worksheet and Past Performance Worksheet. Pay close attention to Addendums 52.212-1 and 52.212-2 for evaluation details. Wage Determination 2015-5475 applies.
Additional Notes
An updated Performance Work Statement (PWS), ELIN Excel Worksheet, and Q&A responses have been provided via recent amendments. Bidders should review these documents, along with the "Standoff and Separation Distances for Expeditionary Construction" diagram, for comprehensive requirements.