N40192-25-T-9008; NAVFAC MAR - Strategic Planning Facilitation Services, Guam
ID: N40192-25-T-9008Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MARIANASFPO, AP, 96540-2937, USA

NAICS

Management Consulting Services (54161)

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Marianas, is seeking proposals for strategic planning facilitation services for its Executive Steering Group (ESG) Summit, scheduled for August 27-29, 2025, in Santa Rita, Guam. The contractor will be responsible for pre-summit planning, real-time facilitation, and post-summit support to develop the Fiscal Year 2026 Annual Execution Plan (AEP), which aligns with the strategic objectives of the Department of Defense and the Department of Navy. This procurement is critical for enhancing leadership collaboration and ensuring effective execution of NAVFAC's mission, with proposals due by July 24, 2025, at 11:00 AM Guam Time. Interested parties can direct inquiries to Daniel Calvo at daniel.calvo.civ@us.navy.mil or Therese Chaco at therese.a.chaco.civ@us.navy.mil.

    Files
    Title
    Posted
    The NAVFAC Marianas has issued an RFP for professional strategic facilitation services for its ESG Summit scheduled from August 27 to 29, 2025. The main objective is to create a comprehensive and actionable Fiscal Year 2026 Annual Executive Plan (FY26 AEP) to enhance leadership alignment and advance strategic priorities. The contractor will be responsible for facilitating the event, which anticipates 250-300 participants, including leadership, staff, and external stakeholders, ensuring engaging sessions and effective documentation of outcomes. The proposal seeks services for pre-summit assessment, customized planning, real-time documentation, and post-summit debriefing. The use of visual engagement methods and real-time documentation is encouraged, indicating a focus on collaborative and interactive facilitation. Additionally, responses to questions clarify responsibilities, access to materials, AV equipment provisions, and submission requirements for proposals. The evaluation will consider technical acceptability and qualitative factors beyond price, aligning with the overarching goal of fostering a cohesive strategic vision while addressing performance expectations and delivery timelines. This RFP reflects NAVFAC Marianas' commitment to enhancing its operational readiness and leadership effectiveness in support of its mission.
    The document outlines the Statement of Work (SOW) for a contract with the Naval Facilities Engineering Systems Command (NAVFAC) Marianas to provide strategic facilitation services for its Executive Steering Group (ESG) Summit, scheduled for August 27-29, 2025. The contractor is responsible for pre-summit planning, facilitating summit activities, and developing a comprehensive Fiscal Year 2026 Annual Execution Plan (AEP). Key deliverables include conducting a needs assessment, creating customized agendas and workshop materials, facilitating discussions, documenting outcomes, and providing follow-up support. Additionally, the contract emphasizes performance measurement, requiring the contractor to meet established objectives and timelines while maintaining high-quality deliverables. The SOW specifies qualifications for the facilitator, including extensive experience in strategic planning within government or military contexts. The government retains ownership of all generated materials, with strict guidelines regarding information security and travel expenses. This RFP underscores the importance of collaboration between NAVFAC leadership and the contractor to align strategic priorities effectively and enhance organizational readiness.
    NAVFAC Marianas is seeking Expressions of Interest and Proposals from qualified strategic facilitation firms for the NAVFAC Marianas ESG Summit, scheduled for August 27-29, 2025. The primary goal is to develop a comprehensive Fiscal Year 2026 Annual Executive Plan (FY26 AEP) to align senior leadership's strategic priorities. The selected contractor will provide facilitation services that include a pre-summit needs assessment, customized agenda development, day-of facilitation, real-time documentation, and the creation of draft and final AEP documents. Key objectives of the summit include aligning leadership vision with INDOPACOM’s strategy, establishing measurable strategic goals and KPIs, fostering inter-departmental collaboration, identifying dependencies and skill gaps, launching workforce initiatives, and promoting professional resilience among leadership. The engagement aims to enhance communication and readiness within the organization, ensuring effective execution of strategic priorities. This initiative underscores the commitment to producing high-quality outcomes to drive NAVFAC's mission forward.
    The Naval Facilities Engineering Systems Command (NAVFAC) Marianas seeks a contractor to provide strategic planning facilitation services for its Executive Steering Group (ESG) Summit, scheduled for August 27-29, 2025. The contractor's role includes pre-summit preparations, real-time facilitation during the summit, and post-summit support in developing the Fiscal Year 2026 Annual Execution Plan (AEP). Key responsibilities encompass conducting needs assessments, creating a tailored summit agenda, managing logistics, and facilitating meaningful discussions among senior leadership to develop strategic objectives. The summit aims to align the command’s goals with Department of Defense priorities, foster collaboration, and enhance organizational readiness. Following the event, the contractor will compile a comprehensive report summarizing insights, attendee feedback, and a draft AEP to guide future initiatives. The contract period will extend from August 1 to December 31, 2025, with a focus on maintaining effective communication and coordination with NAVFAC leadership throughout the process. This document outlines the scope of work, deliverables, qualifications required from the contractor, and adherence to strict timelines and performance measures, ensuring the successful execution of the summit and the AEP development.
    The document outlines a Request for Proposal (RFP) concerning Strategic Facilitation Services, detailing the required services and financial estimates for a specified contract period. The contractor’s responsibilities range from facilitation to administrative support, with attention given to labor costs for various occupations—including Facilitators and Senior Facilitators—and associated overhead expenses. Key cost components include direct labor, travel expenses, and materials such as presentation and copying supplies. Specific travel costs are itemized, covering round trip airfare, car rentals, lodging, and meals. The cost section breaks down the expenses into hourly rates, fringe benefits, overhead, and administrative fees, ensuring a comprehensive financial overview. The primary aim of the RFP is to secure a qualified provider to facilitate services efficiently while adhering to federal guidelines and budget constraints. This proposal not only encompasses the financial aspects but also emphasizes the strategic nature of the required facilitation services, reflecting the comprehensive planning and execution required in governmental projects. Such RFPs are integral for transparency and accountability in government contracting processes.
    The document outlines the Question and Answer form associated with the Request for Proposal (RFP) N40192-25-T-9008, which pertains to the procurement of Strategic Planning Services. It emphasizes the importance of submitting inquiries related to specific sections of the proposal or drawings for clarification. Offerors are instructed to address their questions succinctly while referencing relevant specifications. The Q&A form is presented in an Excel worksheet format, which must be submitted via email attachment as part of the RFP process. This procedural guideline is crucial for ensuring that all potential offerors have a clear understanding of the RFP requirements, thus facilitating a fair and transparent bidding process within the framework of government contracting regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Facility Planning Services A-E IDIQ Sources Sought Notice
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking qualified small businesses, including 8(a), HUBZone, Woman-Owned Small Businesses (WOSB), and Service-Disabled Veteran-Owned Small Businesses (SDVOSB), for a potential Architect-Engineer (A-E) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Facility Planning Services. The primary objective is to identify firms capable of providing a range of A-E services, including project planning documents and shore infrastructure master planning, for various Navy and Marine Corps installations across California, Arizona, Nevada, Colorado, New Mexico, and Utah, with a focus on Southern California. This contract, estimated at $30 million over five years, will require interested firms to submit their qualifications using the SF330 form by December 18, 2025, detailing relevant experience and key personnel, including an AICP certified planner and a Registered Architect. For further inquiries, interested parties may contact Britney Machado-Potestio at britney.l.machado-potestio.civ@us.navy.mil.
    NBG Security Department_Portable Toilets_GUAM
    Buyer not available
    The Department of Defense, through the Naval Supply Fleet Logistics Center Yokosuka, is soliciting quotes for the provision of portable toilets for the Naval Base Guam Security Department. The contract requires the delivery and servicing of 12 deluxe portable toilets, including regular cleaning, sanitizing, and replenishing supplies, with a base performance period from December 17, 2025, to December 16, 2026, and four optional one-year extensions through December 16, 2030. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested small businesses must submit their quotations by December 11, 2025, to the designated contract specialists, with further details available in the solicitation documents.
    Source Sought for Guam Tugs Support
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information from qualified vendors for the provision of two U.S. flag tractor tugs to support harbor operations and ship handling services at Naval Base Guam. The procurement includes a base period from March 1, 2027, to February 29, 2028, with four additional option periods extending through January 31, 2032, and encompasses services such as towing, pilot transfers, emergency support, and line handling, with tugs required to be available 24/7 and meet specific operational criteria. This opportunity is critical for ensuring effective maritime operations in the region, and interested parties must submit their company details, business size, financial capability, estimated daily rates, fuel consumption, and tug specifications by December 9, 2025. For further inquiries, vendors can contact Ashley M. Smith-Sallinger at ashley.m.smith357.civ@us.navy.mil or Stephanie Ricker at stephanie.ricker.civ@us.navy.mil.
    INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS CIVIL PROJECTS AND OTHER PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, PACIFIC
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command, Pacific, is seeking qualified architect-engineer firms to provide a range of services for various civil projects under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract, valued at up to $200 million over a one-year base period with four option years, will encompass services such as site development, Military Construction documentation, design-build and design-bid-build documents, technical surveys, cost estimates, and post-construction award services. The procurement is unrestricted under NAICS Code 541330, and firms will be evaluated based on criteria including specialized experience, key personnel qualifications, past performance, and commitment to small business. Interested parties must submit a completed Standard Form SF 330 by January 8, 2026, at 2:00 p.m. Hawaii Standard Time, and can contact Shaun Bissen at shaun.m.bissen.civ@us.navy.mil or Ann Saki-Eli at ann.h.sakieli.civ@us.navy.mil for further information.
    USNS GUADALUPE FY26 Mid-Term Availability
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS GUADALUPE FY26 Mid-Term Availability contract. This procurement involves shipbuilding and repairing services, with a focus on non-nuclear ship repair, as indicated by the NAICS code 336611 and PSC code J999. The contract is crucial for maintaining the operational readiness of the USNS GUADALUPE, ensuring it meets the necessary standards for future missions. Interested parties should note that the request for comments (RFC) period has been extended to December 24, 2025, at 2:00 PM EST, with the solicitation closing date now set for January 8, 2026, at 3:00 PM EST. For further inquiries, potential bidders can contact Thomas White at thomas.l.white222.civ@us.navy.mil or call 757-341-5739.
    INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL FACILITIES USING ALTERNATIVE CONSTRUCTION METHODS (ACM) AT VARIOUS GOVERNMENT INSTALLATI
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract focused on new construction, renovation, and repair of commercial and institutional facilities using Alternative Construction Methods (ACM) across various government installations in California, Arizona, Nevada, Utah, Colorado, and New Mexico. This procurement aims to award approximately eight contracts through a two-phase design-build selection procedure, emphasizing technical approach, experience, past performance, safety, and price, with a total estimated value exceeding $2.5 billion. The contract period spans two years with an option for an additional three years, and task orders will range from $15 million to $250 million, with a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Shane Mahelona at shane.k.mahelona.civ@us.navy.mil or 619-705-4631, and must monitor the SAM website for the solicitation, expected to be posted on or about July 16, 2025.
    NHHC NMUSN Industry Day Notice
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP), is hosting an Industry Day on June 4, 2025, at the Washington Navy Yard to engage with contractors and vendors regarding future projects for the National Museum of the United States Navy (NMUSN). This event aims to foster collaboration and gather innovative ideas related to architecture, exhibit design, artifact conservation, and various support services essential for the museum's development, which is projected to open in 2030 with a budget of $225 million. Participants will have the opportunity to attend briefings, engage in Q&A sessions, and schedule one-on-one discussions with government representatives, facilitating a deeper understanding of the contracting process and upcoming solicitations. Interested parties must RSVP by May 26, 2025, and provide necessary identification for base access; for further inquiries, contact Wesley Peters at wesley.b.peters.civ@us.navy.mil or Caitlin King at caitlin.d.king2.civ@us.navy.mil.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR DESIGN, ENGINEERING, SPECIFICATION WRITING, COST ESTIMATING, AND RELATED SERVICES FOR MILCON AND OTHER PROJECTS AT VARIOUS LOCATIONS UNDER THE COGNIZANCE OF NAVFAC HAWAII
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline architect-engineer services. This procurement aims to engage highly qualified firms to provide design, engineering, specification writing, cost estimating, and related services for Military Construction (MILCON) and other projects, primarily in Hawaii but potentially worldwide. The contract encompasses a base period of one year, with four additional one-year options and a six-month extension, totaling a maximum fee of $200,000,000. Interested firms must submit their qualifications using Standard Form SF330 by December 17, 2025, and are encouraged to review the attached documents for detailed requirements and evaluation criteria, including specialized experience and commitment to small business participation. For further inquiries, contact Brittney Lazo at brittney.a.lazo.civ@us.navy.mil or Kris Nakashima-Wong at kris.e.nakashima-wong.civ@us.navy.mil.
    USNS MEGAR EVERS 2026 MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    PMP for Water Facilities Circulation Systems
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Far East, is soliciting proposals for a Preventive Maintenance Program (PMP) for water facilities circulation systems at the U.S. Commander Fleet Activities Yokosuka (CFAY) in Japan. The procurement involves a combination contract for both recurring and non-recurring maintenance services, aimed at ensuring the operational integrity and reliability of water supply facilities. This initiative is critical for maintaining essential water services at the naval base, which supports various military operations. Interested vendors can reach out to Mayumi Ikeno at mayumi.ikeno.ln@us.navy.mil or call 046-816-4201 for further details regarding the solicitation process.