Search Contract Opportunities

P215 Joint Interagency Task Force – South (JIATF-S) Command and Control Facility   2

ID: N6945025R1084 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Project Description: Construct a five-story JIATF-S C2F at Truman Annex, NASKW, Florida. Project encompasses, an operations area that includes special use space for a Sensitive Compartmented Information Facility (SCIF), Operations Center (OC), and Network Operations Center (NOC), and an administrative area divided into specified security zones. Construction includes redundant mechanical and electrical systems with backup power, antenna pad, loading service areas, information systems, fire protection and alarm systems, Intrusion Detection System (IDS) installation, and Energy Monitoring Control Systems (EMCS) connection. Facility will be built to withstand Category 5 hurricane wind loads and category 1 Storm Surge, to resist coastal corrosive environment, and be built above the floodplain level. Communication and Server rooms will be served and supported by dedicated redundant computer room air-conditioning (CRAC) units and will have dedicated pre-action systems with a clean agent fire suppression system. Sustainability and energy enhancement measures are included.

The North American Industry Classification System (NAICS) Code is 236220 Commercial and Institutional Building Construction with the annual size standard of $45 million. Project Magnitude is between $250,000,000 and $500,000,000. If the resulting solicitation is set aside for small business firms, the requirement will include under FAR guidelines the prime contractor must have the capability to perform at least 20 percent of the cost of the contract, not including the cost of materials, with its own employees. The anticipated award date is February 2027.

Interested sources are invited to respond to this sources sought announcement. Capability Statements consisting of appropriate documentation will be accepted providing it contains ALL the information required below (items 1-6). Complete submission package shall not exceed 10 pages. The information that must be contained in your response is as follows:

1) Contractor Information: Name and address of company, point of contact with phone number and email address.

2) Type of Business: Identify the company's business size and socio-economic status (HUBZone, 8(a), SDVOSB, WOSB, etc.) for NAICS Code 236220 applicable to this sources sought. If your firm is claiming HUBZone or 8(a) status, provide a copy of your SBA certification.

3) Bond Capacity: Information must include surety's name, point of contact, telephone number, email address, and the bonding capacity of at least $400 million, and the maximum aggregate bonding.

4) System for Award Management (SAM): Evidence of registration in the SAM, including Cage Code and Entity Identifier Number.

5) Interest: Indicate if a solicitation is issued, will your firm/company be submitting a proposal:

_____ Yes ______No.

6) Experience Submission Requirements:

Responders shall submit a minimum of one (1) and a maximum of (3) projects that are similar in size, scope and complexity to the proposed project description. Similar in size is defined as a project off the same magnitude, or $100 to $250 million. Similar in scope and complexity is defined as a project that includes construction of large, multi-story office buildings, including secure spaces.

Submissions shall contain the following items below (i vi) for each project submitted for consideration.

  1. Include Contract Number, if applicable
  2. Indicate whether Prime contractor or Subcontractor
  3. Contract Value
  4. Completion Date
  5. Government/Agency point of contact and current telephone number.
  6. Project Description. Include a brief description, with sufficient detail to determine whether this project is of a similar size and scope to the project description in this announcement; and, how the contract referenced relates to the project description herein. If project(s) are not approximately equal to the requested dollar value, explain in no more than one paragraph why we should consider the project.

A project is defined as a construction project performed under a single task order or contract. For multiple award and indefinite delivery/indefinite quantity type contracts, the contract as a whole shall not be submitted as a project; rather Offerors shall submit the work performed under a task order as a project.

The response to this sources sought is not expected to be a proposal, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. After completing its analysis, the Government will determine whether to limit competition among 8(a), HubZone, SDVOSB, VOSB, WOSB and/or Small Business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition.

Interested parties should respond no later than 14 August, 2025 2:00 pm Eastern Daylight Time via email to sheila.i.borges.civ@us.navy.mil and lindsay.e.betteridge.civ@us.navy.mil. The subject line of the email shall read: JIATF-S C2F, TRUMAN ANNEX, NAS KEY WEST, FL. Emails shall be no more than 5 MB in size. Responses that do not meet all requirements or are not submitted within the allotted time will not be considered. Respondents will not be notified of the results of the evaluation.

Overview

Response Deadline
Aug. 14, 2025, 2:00 p.m. EDT Past Due
Posted
July 30, 2025, 10:02 a.m. EDT
Set Aside
None
Place of Performance
Key West, FL United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Odds of Award
28%
On 7/30/25 NAVFAC Southeast issued Sources Sought N6945025R1084 for P215 Joint Interagency Task Force – South (JIATF-S) Command and Control Facility due 8/14/25. The opportunity was issued full & open with NAICS 236220 and PSC Y1AA.
Primary Contact
Name
Sheila Borges   Profile
Phone
None

Secondary Contact

Name
Lindsay Betteridge   Profile
Phone
None

Documents

Posted documents for Sources Sought N6945025R1084

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought N6945025R1084

Incumbent or Similar Awards

Contracts Similar to Sources Sought N6945025R1084

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N6945025R1084

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N6945025R1084

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC ATLANTIC CMD > NAVFAC SOUTHEAST > NAVFAC SOUTHEAST
FPDS Organization Code
1700-N69450
Source Organization Code
100504950
Last Updated
July 30, 2025
Last Updated By
sheila.i.borges.civ@us.navy.mil
Archive Date
Aug. 29, 2025