Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2025 SAM #8790
SPECIAL NOTICE

99 -- Jacksonville JOC Synopsis

Notice Date
12/18/2025 11:23:48 AM
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFACSYSCOM SOUTHEAST NAS JACKSONVILLE FL 32212-0030 USA
 
ZIP Code
32212-0030
 
Response Due
1/2/2026 12:00:00 PM
 
Archive Date
01/17/2026
 
Point of Contact
Ashley Delahay, Phone: 0000000000, Cory Iselin, Phone: 9045426668
 
E-Mail Address
ashley.e.delahay.civ@us.navy.mil, cory.s.iselin.civ@us.navy.mil
(ashley.e.delahay.civ@us.navy.mil, cory.s.iselin.civ@us.navy.mil)
 
Small Business Set-Aside
8A 8a Competed
 
Description
This is a Synopsis Notice for an indefinite delivery, indefinite quantity (IDIQ) Job Order Contract (JOC) for small to medium, multi-traded maintenance, repair, alteration, and minor new construction projects at Naval Air Station Jacksonville (NAS JAX), Florida and it�s outlying areas (to include Pine Castle Bombing Range, White House, and Cecil Commerce Center). The procuring contracting office is NAVFAC Southeast, Bldg. 903, P.O. Box 30, Naval Air Station Jacksonville, FL 32212. The primary point of contact is Ashley Delahay, Contract Specialist, ashley.e.delahay.civ@us.navy.mil. The proposed solicitation number is N6945026R0021. The work includes, but is not limited to small to medium, multi-traded maintenance, repair, alteration, and minor new construction projects. It will focus on Mechanical, Electrical, Plumbing, Roofing / Envelope Repairs, Interior Renovations, Heating, Ventilation and Cooling repairs and component replacements. The proposed contract type is a single award IDIQ JOC. The total not to exceed value for the IDIQ is anticipated to be $49,500,000.00 over the base year and all four one-year option periods combined. There is no yearly limit except for the total five (5) year maximum. Task orders will be firm fixed-priced, normally in the range of $10,000 to $1,500,000 per order. However, task orders under or over these amounts may be considered if deemed to be in the Government�s best interest. It will be competitively procured using the policies and procedures of FAR Part 15, Contracting by Negotiation. The NAICS Code for this procurement will be 236220 and the annual small business size standard is $45.0M. This is a new requirement; no prior contract information is available. The Request for Proposal (RFP) will be issued as a competitive requirement set aside for all qualified 8(a) small businesses in accordance with FAR Subpart 6.204, Section 8(a) Competition. The Government will only accept offers from 8(a) certified firms. The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance and experience information, and a price proposal for evaluation by the Government. Award will be made to the offeror whose total price and technical proposal offers the best value to the Government. A seed project will be identified in the RFP for this solicitation. A Site Visit will be held for those offerors interested in the contract (exact date and time will be specified in the solicitation). Offerors can view and/or download the solicitation at https://sam.gov when it becomes available. The anticipated date of RFP issuance is on or after 05 January 2025 Proposals will be due no earlier than 30 days after the solicitation is released (exact date and time will be specified in the solicitation). Proposals will be accepted through the Solicitation Portal located within the Procurement Integrated Enterprise Environment (PIEE) online suite (piee.eb.mil). NO CONTRACT AWARD WILL BE MADE TO ANY CONTRACTOR THAT IS NOT REGISTERED IN SAM.GOV. PLEASE VISIT THE SAM WEBSITE FOR INSTRUCTIONS ON HOW TO REGISTER. OFFERORS SHALL ALSO ENSURE THEY HAVE AN ACTIVE ACCOUNT WITHIN PIEE IN ORDER TO SUBMIT A PROPOSAL, NO PROPOSALS WILL BE ACCEPTED OUTSIDE OF THE SOLICITATION PORTAL LOCATED IN PIEE.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/523bbff4a6634d04b4b21b45382f0553/view)
 
Place of Performance
Address: Jacksonville, FL, USA
Country: USA
 
Record
SN07669912-F 20251220/251218230039 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.