THIS IS A SOURCES SOUGHT NOTICE: REMOVABLE TEMPORARY EQUIPMENT (RTE) FACILITIES AND MAINTENANCE SERVICES. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR AN INVITATION FOR BID. THE INTENT OF THIS NOTICE IS TO IDENTIFY POTENTION OFFERORS FOR DETERMINING IF COMMERCIAL SOURCES ARE AVAILABLE. NO CONTRACT WILL BE AWARDED FROM THIS NOTICE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS NOTICE OR ANY FOLLOW-UP INFORMATION REQUESTS. NO TELEPHONE CALLS WILL BE ACCEPTED REQUESTING A BID PACKAGE OR SOLICITATION.
There is no bid package or solicitation currently available. In order to protect the procurement integrity of any future procurement that may arise out of this announcement, information regarding the technical point of contact will not be given and no appointments for presentation will be made.
Naval Facilities Engineering Systems Command (NAVFAC) is issuing this sources sought as a means of conducting mearket research to identify parties having interest in and the resources to support the requirements to provide and maintain Removable Temporary Equipment (RTE) facilities at NAS Whiting Field, FL. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification relative to NAICS code 561210 Facilities Support Services.
In support of the new TH-73 aircraft mission, there is a requirement for temporary facilities to be established at NAS Whiting Field, FL. These facilities must be fully operational by April 1, 2026, and will include a maintenance hangar and associated modular buildings for administrative and operational functions.
The selected contractor shall be responsible for the provision, installation, and complete maintenance of the following temporary facilities: Tension Fabric Structure (TFS) Maintenance Hanger: Approximately 55,000 sqft with a height of around 55 feet. The hanger must be capable of housing eight (8) aircraft in an open-wing configuration and twenty-two (22) in a closed-wing configuration. Modular Buildings Group 1: A 5,000 sqft complex consisting of twelve (12) modular buildings designated for maintenance offices, training rooms, a break room, and restrooms. Modular Buildings Group 2: A 2,160 sqft area composed of three (3) modular buildings to be used for an avionics shop, tool distribution, and storage.
The contractor will also be responsible for the full maintenance of the facilities and all associated systems for base period of one (1) year with options for annual renewal up to three (3) years. This comprehensive maintenance plan includes, but is not limited to, the hanger structure, all modular buildings, and installed systems such as HVAC, fire protection, lighting, compressed air, plumbing, and electrical components. All maintenance must adhere to a government-approved preventive maintenance schedule. Breakdown maintenance is not permitted.
It is requested that interested contractors submit to the contracting officer a brief capabilities statement demonstrating the ability to provide the service within the specifications described above. Interested sources are invited to respond to this Sources Sought by completing Attachment 1 - Company Information and Attachment 2 - Technical Information. The capabilities statement package shall not exceed five (5) pages and shall ONLY be submitted electronically to lindsay.e.betteridge.civ@us.navy.mil. You are encouraged to request a read receipt or acknowledgement via reply email. RESPONSES ARE DUE NO LATER THAN 15:00 Central Time 26 January 2026. LATE RESPONSES WILL NOT BE CONSIDERED.
Respondents will not be notified of the results of the evaluation.