Skip to content
Department of Defense

Base Operations Support (BOS) Services at Naval Air Station (NAS) Jacksonville, FL and Outlying Areas

Solicitation: N6945026R0007
Notice ID: 944b21d1959740089cd1f6c45e8992a9
TypeSolicitationNAICS 561210PSCZ1PZSet-AsideSBADepartmentDepartment of DefenseAgencyDept Of The NavyStateFLPostedJan 21, 2026, 12:00 AM UTCDueJan 30, 2026, 07:00 PM UTCExpired

Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: FL. Response deadline: Jan 30, 2026. Industry: NAICS 561210 • PSC Z1PZ.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: N6945026R0007. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 561210 (last 12 months), benchmarked to sector 56.

12-month awarded value
$545,328,315
Sector total $925,178,107 • Share 58.9%
Live
Median
$500,000
P10–P90
$137,622$11,328,016
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
58.9%
share
Momentum (last 3 vs prior 3 buckets)
+108866%($544,328,315)
Deal sizing
$500,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for FL
Live POP
Place of performance
Jacksonville, Florida • 32212 United States
State: FL
Contracting office
Nas Jacksonville, FL • 32212-0030 USA

Point of Contact

Name
Courtney Peterson
Email
courtney.j.peterson3.civ@us.navy.mil
Phone
9048605758

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVFAC
Office
NAVFAC ATLANTIC CMD • NAVFAC SOUTHEAST • NAVFACSYSCOM SOUTHEAST
Contracting Office Address
Nas Jacksonville, FL
32212-0030 USA

More in NAICS 561210

Description

This is a Synopsis Notice for Base Operations Support (BOS) Services at Naval Air Station (NAS) Jacksonville and the outlying areas supported by these commands.

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 Courtney Peterson, Contract Specialist, courtney.j.peterson3.civ@us.navy.mil.

The solicitation number is N6945026R0007.

The work includes, but is not limited to, all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to perform: Facility Management; Facility Investment; Other (Training Pools); Utilities Management; Electrical; Wastewater; Steam; Water; Compressed Air; Transportation; and Environmental at NAS Jacksonville, FL and the outlying areas supported by these commands. This requirement is performance based.

The proposed contract type is a Facilities Support Indefinite-Quantity contract. It will be competitively procured using the policies and procedures of FAR Part 15, Contracting by Negotiation.

The primary NAICS Code for this procurement is 561210 and the annual small business size standard is $47.0M dollars.

The contract term is anticipated to be a base period of one year plus seven one-year option periods, for a total contract performance period not to exceed eight years (96 months). The base period recurring work requirement will be the overall minimum guarantee. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under Federal Acquisition Regulation (FAR) clause 52.217-8 Option to Extend Services.

These services are currently being performed under contract N6945019D1750, awarded in 2018. 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 solicitation will be issued as Total Small Business Set-Aside. The Government will only accept offers from small business concerns. 

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 three-day site visit is scheduled at NAS Jacksonville, FL on 18, 19, and 20 November 2025.

No questions will be answered at the site. All questions should be submitted in writing to Courtney Peterson at courtney.j.peterson3.civ@us.navy.mil and Stefanie Menciano at stephanie.s.menciano.civ@us.navy.mil prior to the Government Pre-Award Inquiry (GPI) cutoff date of: 2:00 PM EST, 3 December 2025. All prospective offerors submitting GPI questions must be submitted on the Government Pre-Award Inquiry form (Attachment JL-2_N6945026R0007_GPIF.xlsx).

This is a Synopsis Notice for Base Operations Support (BOS) Services at Naval Air Station (NAS) Jacksonville and the outlying areas supported by these commands.

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 Courtney Peterson, Contract Specialist, courtney.j.peterson3.civ@us.navy.mil.

The solicitation number is N6945026R0007.

The work includes, but is not limited to, all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to perform: Facility Management; Facility Investment; Other (Training Pools); Utilities Management; Electrical; Wastewater; Steam; Water; Compressed Air; Transportation; and Environmental at NAS Jacksonville, FL and the outlying areas supported by these commands. This requirement is performance based.

The proposed contract type is a Facilities Support Indefinite-Quantity contract. It will be competitively procured using the policies and procedures of FAR Part 15, Contracting by Negotiation.

The primary NAICS Code for this procurement is 561210 and the annual small business size standard is $47.0M dollars.

The contract term is anticipated to be a base period of one year plus seven one-year option periods, for a total contract performance period not to exceed eight years (96 months). The base period recurring work requirement will be the overall minimum guarantee. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under Federal Acquisition Regulation (FAR) clause 52.217-8 Option to Extend Services.

These services are currently being performed under contract N6945019D1750, awarded in 2018. 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 solicitation will be issued as Total Small Business Set-Aside. The Government will only accept offers from small business concerns. 

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 three-day site visit is scheduled at NAS Jacksonville, FL on 18, 19, and 20 November 2025.

No questions will be answered at the site. All questions should be submitted in writing to Courtney Peterson at courtney.j.peterson3.civ@us.navy.mil and Stephanie Menciano at stephanie.s.menciano.civ@us.navy.mil prior to the Government Pre-Award Inquiry (GPI) cutoff date of: 2:00 PM EST, 3 December 2025. All prospective offerors submitting GPI questions must be submitted on the Government Pre-Award Inquiry form (Attachment JL-2_N6945026R0007_GPIF.xlsx).

Amendment 0001 posted 11/21/2025

Amendment 0002 posted 1/12/2026

Amendment 0003 posted 1/16/2026

Amendment 0004 posted 1/21/2026

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.