Loading...
N6945026R0072
Response Deadline
May 26, 2026, 4:00 PM(EDT)11 days
Eligibility
Contract Type
Special Notice
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 Station Guantanamo Bay (NSGB), Cuba.
The procuring contracting office is NAVFAC Southeast, Bldg. 903, P.O. Box 30, Naval Air Station Jacksonville, FL32212. The primary point of contact is Aeon-Domini Charfauros, Contract Specialist, aeondomini.f.charfauros.civ@us.navy.mil.
The proposed solicitation number is N6945026R0072.
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 $15,000 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 standard is $45.0M.
The current NSGB JOC is being performed under contract N6945020D0072, awarded in 2020. Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information.
The Request for Proposal (RFP) will be issued on an unrestricted basis, under full and open competition. All responsible sources may submit a proposal in response to the solicitation.
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 (tentative site visit information is contained within this notice).
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 1 June 2026 Proposals will be due no earlier than 50 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).
TENTATIVE SITE VISIT INFORMATION: A site visit brief onboard NSGB has been scheduled for 29 June 2026 which would require the attending parties to fly into NSGB 26 June 2026 and due to the July 4th Holiday, fly off island on 30 June 2026.
Site Visit Forms (for travel to NSGB): Access to NSGB is tightly controlled, requiring significant advance notice after the receipt of the completed forms to receive access. Therefore, the completed forms MUST be submitted to Aeon-Domini Charfauros at aeondomini.f.charfauros.civ@us.navy.mil a copy to Cory Iselin at cory.s.iselin.civ@us.navy.mil no later than 12:00 PM EDT, 26 June 2026.
**With submission of the site visit forms, also provide: Name (First, Middle, Last), DOB, and CAC card number (if applicable).
Instructions for travel to the site visit and NSGB Entry Clearance Forms are posted on the SAM.gov website at https://sam.gov/content/home under filenames:
Based on limited accommodations, reservations for no more than two representatives from each prospective offeror will be accepted. Therefore, each prospective offeror is limited to two (2) site visit participants. When booking please reference “NSGB Site Visit”.
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.
Aeon Charfauros
Cory Iselin
DEPT OF DEFENSE
DEPT OF THE NAVY
NAVFAC
NAVFAC ATLANTIC CMD
NAVFAC SOUTHEAST
NAVFACSYSCOM SOUTHEAST
NAVFACSYSCOM SOUTHEAST
COMMANDING OFFICER
B-903 YORKTOWN
NAS JACKSONVILLE, FL, 32212-0030
NAICS
Commercial and Institutional Building Construction
PSC
REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
Set-Aside
No Set aside used