Marine Corps Base Camp Pendleton (MCBCP) Base Operations Support Contract (BOSC)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy / NAVFACSYSCOM SOUTHWEST has re-opened solicitation N62473-24-R-0036 for the Marine Corps Base Camp Pendleton (MCBCP) Base Operations Support Contract (BOSC). This Total Small Business Set-Aside opportunity seeks comprehensive facilities operations support services at Marine Corps Base Camp Pendleton, CA. The solicitation was re-opened due to revisions in scope and evaluation criteria, with proposals now due by April 27, 2026, at 2:00 PM Pacific Daylight Time (PDT).
Scope of Work
This contract encompasses extensive Facilities Operations Support Services (PSC S216), including Facility Investment, Sustainment, Restoration, and Modernization (SRM). The contractor will perform maintenance, repair, alteration, demolition, and minor construction across a wide array of facilities and systems. This includes, but is not limited to:
- Buildings and Structures: Interior/exterior finishes, roofing, foundations, tanks, POL systems.
- Building Systems: HVAC, fire protection, vertical transportation, intrusion detection, cranes, boilers, electrical, auxiliary generators.
- Infrastructure: Roads, paved surfaces, waterfront structures (piers, bulkheads), trackage, airfields, and fueling stations.
- Other: Electric vehicle charging stations, signs, fences, locksmith services, and environmental compliance for refrigerants and hazardous materials. The scope also covers recurring services such as Emergency, Urgent, and Routine (E/U/R) work, a Preventive Maintenance (PM) Program, and an Inspection, Testing, and Certification Program.
Contract & Timeline
- Type: Firm Fixed-Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ), performance-based contract.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Solicitation Re-opened: March 26, 2026.
- Questions Due: April 02, 2026, 12:00 P.M. PDT.
- Proposals Due: April 27, 2026, 2:00 PM PDT.
Key Changes & Requirements
Amendment 0005 formally re-opens this solicitation, superseding all previous amendments (0001-0015). Offerors must prepare proposals exclusively in response to this re-opened solicitation and acknowledge receipt of Amendment 0005 as part of their submission. Significant revisions include:
- Updated proposal due date and time zone.
- Modifications to the contract title and type.
- Additions/modifications to CLINs/SLINs/ELINs, particularly for Option Periods 4 through 8.
- Revisions to Section C (SOW), Section F (Deliveries/Performance), Section H (Wage Determinations), Section I (Contract Clauses), Section J (Attachments), Section K (Representations), Section L (Instructions), and Section M (Evaluation Factors).
- Personnel performing work must be trained, certified, and licensed, meeting industry standards and applicable codes.
Additional Notes
This solicitation consolidates several previously separate services. Current Wage Determinations for Davis-Bacon Act and Service Contract Act are provided, with no Collective Bargaining Agreements in place. Primary Contact: Demi Flores, demi.m.flores.civ@us.navy.mil, (619) 572-4770.