This RFI is being used to gather market research for CNIC to make decisions regarding child care in both military and private sector operated child care programs. HDQMWR-19-I-0006.
ID: HDQMWR-19-I-0006Type: Special Notice
Overview
Timeline
    Description

    The Commander, Navy Installations Command (CNIC) is conducting a Request for Information (RFI) to gather market research regarding child care services in both military and privately operated child care programs. The objective of this procurement is to assess potential solutions and capabilities that can enhance child care offerings for military families and the surrounding community. This initiative is crucial for ensuring quality child care services that meet the needs of military personnel and their families. Interested parties can reach out to Contract Specialist Jovencia V. Williams at jovencia.williams@navy.mil or via fax at 901-874-2073 for further information.

    Point(s) of Contact
    Jovencia V. WilliamsContract Specialist
    (901) 874-2073
    jovencia.williams@navy.mil
    Files
    No associated files provided.
    Similar Opportunities
    NAVIFOR SATCOM
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk, is seeking information from qualified 8(a) certified sources for contractor support services related to the Navy Information Forces Command (NAVIFOR). The objective is to provide support in areas such as Resilient Command, Control, and Communications (RC3), IT Transport & Networks, and Naval Computer and Telecommunications Platforms (NCTP) C5I Shore Command’s Core Tactical Baseline Requirements. This contract, anticipated to be a Firm Fixed-Price agreement, will have a base period of twelve months with four additional twelve-month option periods and a potential six-month extension, primarily performed in Suffolk, Virginia. Interested parties must submit their qualifications, including a capability statement and proof of Top Secret Facility/SCI Clearance, by December 4, 2025, to Valara Cheristin at valara.r.cheristin.civ@us.navy.mil.
    NECC Central Issue Facilities Programs
    Buyer not available
    The Department of Defense, through the Naval Supply Center (NAVSUP) Fleet Logistics Center (FLC) Norfolk, is seeking qualified 8(a) firms to provide Central Issue Facilities Support Services for the Navy Expeditionary Combat Command (NECC). The primary objective of this procurement is to obtain analytical and logistical product support management for three Central Issue Facilities (CIFs) located in Williamsburg, Virginia, and Gulfport, Mississippi, focusing on inventory management, customer support, and logistics analysis for Infantry Combat Equipment (ICE) and medical/dental materials. This contract is anticipated to be a firm-fixed-price type, with performance expected to commence around March 26, 2026, and will span five years, including one base year and four option years. Interested parties should submit their capabilities statements by December 18, 2025, to Sherell Brown at sherell.g.brown.civ@us.navy.mil and Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.
    Civilian Mariner Wireless Network (CivMar WiN) Installation and Sustainment Follow-on Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the Civilian Mariner Wireless Network (CivMar WiN) Installation and Sustainment Follow-on Contract, with operations based in Norfolk, Virginia. This procurement aims to extend the Request for Information (RFI) cutoff date for Notice ID N32205-26-SSN-CivMarWiN, allowing for additional input and engagement from interested parties. The CivMar WiN is crucial for enhancing communication and operational efficiency within the civilian mariner community, ensuring reliable network services. Interested vendors should note that the new RFI cutoff date is December 11, 2025, and can reach out to George Wiggins at george.w.wiggins2.civ@us.navy.mil or Dawn M. Brown at dawn.m.brown185.civ@us.navy.mil for further inquiries.
    Commercial Industrial Services (CIS) Safety Nets Fabrication Services
    Buyer not available
    The Department of Defense, through the Southwest Regional Maintenance Center, is soliciting proposals for Commercial Industrial Services (CIS) Safety Nets Fabrication Services, specifically for the removal and installation of safety nets on U.S. Navy ships within a 50-mile radius of San Diego, CA. The contract will require the successful offeror to provide labor, services, equipment, and materials for the fabrication, pre-fitting, weight testing, and installation of various types of safety nets, ensuring compliance with the latest specifications and NAVSEA Standard Items. This procurement is critical for maintaining safety standards aboard naval vessels and will be awarded as a multiple award indefinite delivery/indefinite quantity, firm-fixed price contract over a five-year base period, with a total small business set-aside. Interested parties should contact Alondra Moreno at alondra.moreno3.civ@us.navy.mil or 619-664-1869 for further details, and proposals must be submitted in accordance with the solicitation guidelines.
    CANES MAC RFP N0003926R9118
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Systems, is soliciting proposals for the CANES MAC RFP N0003926R9118, focusing on the procurement of digital network products and associated hardware and software. This opportunity is aimed at enhancing communication capabilities within the Navy, emphasizing the importance of advanced technology in supporting military operations. Interested vendors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for the solicitation number. For inquiries, potential bidders may contact Susana Wiker at susana.l.wiker.civ@us.navy.mil or Elisa Jaime at elisa.m.jaime.mil@us.navy.mil.
    OFF BASE PRIORITY CHILD CARE REFERRALS
    Buyer not available
    Solicitation DEPT OF DEFENSE is requesting pricing for childcare services in Colorado Springs, CO. The services will consist of referring childcare slots to off-base facilities to support the mission needs of PSFB. Multiple blanket purchase agreements will be established with approved vendors. Families can request care through militarychildcare.com, following the DoD priority system. Only written quotes will be accepted.
    Commander, Fleet Readiness Centers (COMFRC); Digital Group; Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements, and Software Lifecycle Support (ITPSS)
    Buyer not available
    The Department of Defense, through the Commander, Fleet Readiness Centers (COMFRC) Digital Group, is seeking information from qualified businesses regarding the Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements and Software Lifecycle Support (ITPSS). The procurement aims to support a large portfolio of IT solutions that facilitate Sustained Maintenance Planning (SMP) and MRO activities across the Naval Aviation Enterprise, requiring skilled personnel to manage approximately 20 to 25 concurrent complex business transformation projects. Interested businesses are encouraged to submit a capabilities statement by December 9, 2025, to Kalynn Jackson at kalynn.r.jackson.civ@us.navy.mil, with the anticipated contract type being a Commercial, Indefinite Delivery/Indefinite Quantity (IDIQ) contract, expected to be awarded around January 2027. The current incumbent contractor is Deloitte, and the NAICS code for this opportunity is 541511, Custom Computer Programming Services.
    Housing Access & Door Locking System
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking procurement for a brand-name multi-housing access and door locking system for Unaccompanied Housing Towers A, B, and C at NAS Lemoore, California. This system has been evaluated for compliance with Department of Navy cybersecurity and CNIC Housing policies, ensuring a reliable, safe, and secure environment for residents. The procurement is critical for maintaining the security and integrity of housing facilities, which are essential for the well-being of military personnel. Interested vendors can contact Christopher Rosario at christopher.rosario@navy.mil or by phone at 619-705-4654 for further details regarding this opportunity.
    Trusted System SIPR Guard
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking procurement for the Trusted System SIPR Guard, which falls under the category of IT and Telecom - Security and Compliance Products. This opportunity aims to acquire hardware and perpetual license software necessary for the SIPR Guard system, which is crucial for maintaining secure communications within military operations. Interested vendors can reach out to the primary contact, Cynthia Bernardez, at cynthia.bernardez@usmc.mil or by phone at 760-830-5110, or the secondary contact, Patrick L. Doyle, at patrick.doyle@usmc.mil or 760-830-5115, for further details regarding the procurement process.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.