CHILD CARE SPACES NEED FOR WASHINGTON DC AREA
ID: NAFNDW-25-R-2002Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTER AIR DIVPATUXENT RIVER, MD, 20670-1545, USA

NAICS

Child Care Services (6244)

Set Aside

Local Area Set-Aside (FAR 26.2) (LAS)
Timeline
  1. 1
    Posted Dec 20, 2024, 12:00 AM UTC
  2. 2
    Updated Feb 10, 2025, 12:00 AM UTC
  3. 3
    Due Feb 19, 2025, 7:00 PM UTC
Description

The Department of Defense, through the Naval District Washington, is seeking proposals for the provision of dedicated childcare services for eligible military personnel in the Washington, D.C. area. The procurement aims to secure full-time childcare spaces for children aged six weeks to five years, with a focus on enhancing family readiness by ensuring accessible and quality childcare options. This initiative is crucial for supporting the needs of military families, as it addresses the demand for reliable childcare services while adhering to stringent quality standards and regulatory compliance. Interested contractors must submit their proposals by 2:00 PM EST on January 30, 2025, following a pre-proposal meeting scheduled for January 10, 2025, with inquiries due by January 23, 2025. For further information, contact Gary Banaszak at GARY.R.BANASZAK.NAF@US.NAVY.MIL or call 301-342-0950.

Point(s) of Contact
Files
Title
Posted
Feb 10, 2025, 7:05 PM UTC
The document is an amendment to a solicitation issued by the Naval District Washington, specifically for the Family Readiness Program procurement. The primary purpose of the amendment, numbered 0001 and effective from January 23, 2025, is to extend the offer end date for prospective providers to February 19, 2025, at 2 PM EST. Additionally, Attachment 1, which includes a Past Performance Questionnaire, is provided as part of the amendment. The amendment emphasizes that aside from these changes, all previous terms and conditions remain in effect. Offers must acknowledge receipt of this amendment to avoid rejection, and changes to submitted offers can be communicated before the newly established deadline. This document serves to ensure clarity and compliance in the procurement process, facilitating participation from contractors while allowing the agency to maintain oversight on submissions and necessary modifications.
Feb 10, 2025, 7:05 PM UTC
The document is an amendment to a solicitation issued by the Naval District Washington for the Family Readiness Program. It updates solicitation NAFNDW-25-R-2002, extending the submission deadline and including seven pages of pre-proposal meeting details and responses to previously emailed questions. Additionally, it provides Attachment 1, a Past Performance Questionnaire relevant to the proposal process. The amendment emphasizes that all terms and conditions from the original solicitation remain effective unless specified otherwise. Contractors must acknowledge receipt of this amendment as part of their proposal submission to avoid rejection. This document is relevant within the context of government RFPs, illustrating procedural updates vital for prospective contractors engaging with federal programs. It maintains the required structure for official amendments, detailing necessary compliance for all parties involved in the RFP process.
Feb 10, 2025, 7:05 PM UTC
The RFP NAFNDW-25-R-2002 pertains to the National Defense Workforce's initiative to buy down childcare spaces through a formal solicitation process designed to support multiple childcare centers. This document outlines responses to various pre-proposal questions regarding eligibility, proposal submissions, and operational guidelines for childcare providers. Notable details include the requirement for proposals to offer monthly pricing per space, the ability to include additional spaces beyond the maximums, and the flexibility in submitting a single proposal for multiple centers. The contractor is responsible for managing financial hardship waivers for families, and there are stated guidelines on staffing background checks. The RFP also stipulates contract payment structures and the process for price adjustments due to unforeseen circumstances. Additionally, it clarifies that awarded spaces are reserved for eligible Department of Defense personnel and that the contractor will be compensated for reserved spaces even if they're vacant for limited periods. This document is crucial for contractors understanding the proposal submission process, pricing structure, and operational requirements for supporting DoD childcare initiatives, showcasing the government's commitment to enhancing childcare availability for military families.
Feb 10, 2025, 7:05 PM UTC
This document outlines details for a Pre-Proposal Meeting regarding the DC Area Department of Defense (DoD) Childcare Buydown Spaces, scheduled for 10 AM to noon EST on January 10, 2025. The meeting is organized by Gary R. Banaszak from the NAF Procurement division of the Naval District Washington DC, specifically under the Fleet & Family Readiness Program. Relevant contact information for Banaszak, including phone and email, is provided for attendees seeking assistance. The meeting will be conducted via Microsoft Teams, and dial-in options are included for participants who prefer to join by phone. This meeting is likely for stakeholders interested in applying for funding or support related to childcare services for military families, highlighting the government's commitment to enhancing family readiness through accessible childcare options.
Feb 10, 2025, 7:05 PM UTC
The document is a Request for Proposal (RFP) issued by the Naval District Washington, specifically targeting child care services for eligible Department of Defense (DoD) personnel. It outlines a procurement plan for a Firm-Fixed-Price contract, covering a base year and four option years to provide dedicated childcare spaces for children aged six weeks to five years. Key details include requirements for operational capacity, management of enrollments through MilitaryChildCare.com, standard regulatory compliance, and USDA nutritional guidelines for meals. The document set forth stringent quality expectations, necessitating state licensure and national accreditation for facilities, and specifies that contractor expenses should include all operational costs and parent fees without imposing additional charges on service members. Contractual terms emphasize cooperation with DoD oversight and a focus on meeting the childcare demand of military families effectively. The RFP aims to enhance childcare access while adhering to quality standards and legal requirements, ensuring that military families receive affordable and reliable childcare solutions.
Feb 10, 2025, 7:05 PM UTC
The U.S. Navy has issued a Request for Proposal (RFP) NAFNDW-25-R-2002, inviting interested parties to submit proposals for providing dedicated, full-time childcare services for eligible Department of Defense (DoD) personnel. The childcare services are needed year-round and must cater to children aged six weeks to five years. Proposed facilities should be located within specific geographic parameters: either within a 15-mile radius of the U.S. Pentagon in Arlington, VA, or within a five-mile radius of the Washington Navy Yard in D.C. Multiple contract awards may be granted. Proposals are due by 2:00 PM EST on January 30, 2025, with a pre-proposal meeting set for January 10, 2025. Interested parties must RSVP by January 7, 2025, to attend this meeting, during which the Navy will address questions about the RFP. All inquiries must be submitted by January 23, 2025. The engagement emphasizes the Navy's commitment to supporting the childcare needs of its personnel.
Feb 10, 2025, 7:05 PM UTC
The "Past Performance Questionnaire" is a critical document within RFP NAFNDW-25-R-2002 for identifying contractor performance on previous contracts. It collects essential details such as contractor name, contract number, agency information, contract type, period of performance, and financial metrics. A key aspect of this document is its evaluation section, wherein various factors like quality of work, personnel management, subcontractor oversight, business relations, timeliness, customer satisfaction, and cost control are rated using adjectival descriptors ranging from 'Excellent' to 'Unsatisfactory.' These evaluations focus on the relevance of past performance in relation to the required services and any corrective actions taken. The document allows the agency to assess the likelihood of successful performance by contractors based on historical data, thus minimizing risk in contract award decisions. Lastly, there is a stipulation that previous questionnaires can be used only if they are dated within one year from the original RFP offer end date, ensuring the evaluation reflects current performance standards. This document forms a fundamental part of the procurement process, aiming to ensure transparency, accountability, and informed decision-making in federal contracting.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Exceptional Family Member Program (EFMP) / Respite Care Providers
Buyer not available
The Department of Defense, specifically the Army, is seeking proposals for the Exceptional Family Member Program (EFMP) Respite Care Provider Services, aimed at supporting military families with special needs. The contract involves providing trained Respite Care Providers (RCPs) who will deliver non-personal respite care services, ensuring families receive essential support while adhering to strict federal regulations and performance metrics. This initiative is crucial for maintaining the well-being of military families, reflecting the Army's commitment to their care and support. The contract is valued at approximately $16 million, with a performance period from April 10, 2025, to May 13, 2026, and proposals must be submitted electronically by April 30, 2025, to Tim Hallahan at timothy.d.hallahan.civ@army.mil or Ralph M. Bowie at ralph.m.bowie.civ@army.mil.
W912HN25B4006 - PN 097211 Construct Child Development Center, Fort Bragg NC
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is preparing to solicit bids for the construction of a Child Development Center at Fort Bragg, North Carolina, under project number 097211. This project aims to create a facility for children aged six weeks to five years, featuring developmental learning modules, outdoor play areas, and various supporting facilities, all designed to meet Department of Defense standards for safety and sustainability. The anticipated contract, valued between $25 million and $50 million, is set aside exclusively for small businesses, with the solicitation expected to be released around April 15, 2025, and bids due by approximately May 15, 2025. Interested contractors should contact Mr. Gregory Graham at gregory.m.graham@usace.army.mil for further information and ensure they are registered in the System for Award Management (SAM) to participate.
Guam Army National Guard (GUARNG) Multiple Award Blanket Purchase Agreement (BPA) Family Programs Office (FPO) Yellow Ribbon Reintegration Program (YRRP) Child Care Services
Buyer not available
The Department of Defense, through the Guam Army National Guard (GUARNG), is seeking to establish Multiple Award Blanket Purchase Agreements (BPA) for Child Care Services under the Yellow Ribbon Reintegration Program. This procurement aims to support the GUARNG Family Programs Office by providing essential child care services, which are crucial for the well-being of military families during reintegration periods. The BPA will allow for a total of three vendors to be selected, with individual orders not exceeding $25,000 and a cumulative limit of $500,000 across all BPA Calls. Interested vendors should contact Austin Duenas at austin.j.duenas.civ@army.mil or Maelani Ellison at maelani.t.ellison.civ@army.mil for further details, as responses must be timely to avoid non-responsiveness.
Fleet and Family Support (FFSP) Global Staffing
Buyer not available
The Department of Defense, through the Commander Navy Installations Command (CNIC), is seeking contractors to provide comprehensive staffing and support services for the Fleet and Family Support Programs (FFSP) located both within the continental United States (CONUS) and outside (OCONUS). The primary objectives of this procurement include augmenting existing FFSP personnel through global staffing solutions and delivering webinar hosting and production services via a learning management system. These services are crucial for enhancing the well-being of active duty military personnel, retirees, and their families, ensuring effective program implementation across four key functional areas: Work and Family Life, Counseling, Advocacy and Prevention, Sexual Assault Prevention and Response, and Integrated Primary Prevention. Interested contractors should note that the submission deadline for proposals has been extended to April 25, 2025, at 1500 Central Standard Time, and are encouraged to contact Christopher Tullos at christopher.l.tullos.naf@us.navy.mil or Troy Milburn at troy.l.milburn3.naf@us.navy.mil for further inquiries.
P158 BACHELOR ENLISTED QUARTERS AND SUPPORT FACILITY, MARINE BARRACKS WASHINGTON, DC AMENDMENT P00001
Buyer not available
The Department of Defense, through the Naval Facilities Systems Command, is soliciting proposals for the P158 Bachelor Enlisted Quarters and Support Facility project at Marine Barracks in Washington, D.C. This large-scale construction project, designated N40080-25-R-7071, involves the development of a multi-rise, mixed-use facility that will include Unaccompanied Enlisted Housing, a dining hall, and a fitness center, with a budget ranging from $100 million to $250 million and a completion timeline of 979 days from the Notice to Proceed. Only selected contractors from a list of MACC holders are eligible to submit proposals, with electronic submissions due by February 25, 2025, and a pre-proposal conference scheduled for January 29, 2025. Interested parties should direct inquiries to Lindsay Brown at lindsay.naill@navy.mil or Damila Adams at damila.adams@navy.mil for further details.
Custodial Services at Naval Station Norfolk, Norfolk, Virginia
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), is seeking qualified small business contractors to provide custodial services at Naval Station Norfolk, Virginia. The anticipated procurement will be structured as a Firm-Fixed Price/Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a maximum duration of 60 months and an expected annual value of at least $3 million. This opportunity is crucial for maintaining cleanliness and operational readiness at the facility, encompassing tasks such as waste management, floor care, and restroom sanitation. Interested parties, including Small Disadvantaged, Women-Owned, Service-Disabled Veteran-Owned, HUBZone, and 8(a) certified firms, must submit a capabilities package by April 22, 2025, to Shayna Martin at shayna.n.martin2.civ@us.navy.mil, detailing their relevant experience and operational capabilities.
Maryland Child and Youth Summer Camp Event
Buyer not available
The Department of Defense, specifically the Maryland Army National Guard (MDARNG), is seeking a commercial contractor to organize two summer camp events for military youth aged 7-18 in 2025. The contractor will provide comprehensive services, including lodging, meals, and recreational activities, aimed at fostering leadership, resilience, and life skills among participants while ensuring a safe and supportive environment. This initiative is crucial for building connections among military families and promoting positive youth development, with camps scheduled from June 23-27 and August 4-8, 2025, within 100 miles of Baltimore, Maryland. Interested vendors must submit firm fixed price quotes electronically to Cory Silfies at cory.l.silfies.civ@army.mil by the specified deadline, adhering to all relevant federal regulations and guidelines.
NAS Corpus Christi Splash Pad
Buyer not available
The Department of Defense, through the Commander Navy Installations Command, is soliciting proposals for the construction of a new splash pad at Naval Air Station (NAS) Corpus Christi, Texas. The project involves demolishing the existing kiddie pool and installing a new splash pad within a designated 100’ x 200’ area, aimed at enhancing recreational facilities for military families stationed at the base. This initiative is funded through Non-Appropriated Funds (NAF) and has a budget cap of $1,547,641.75, with proposals due by April 30, 2025. Interested contractors should contact Alanna Young at alanna.g.young.naf@us.navy.mil or Nika Maldonado at nika.n.maldonado.naf@us.navy.mil for further details and to ensure compliance with submission guidelines and safety regulations.
G--Retreat Facilitator
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a Full-Time Retreat Facilitator for Naval District Washington (NDW). The contractor will be responsible for the development, implementation, execution, and evaluation of CREDO workshops and retreat events. The position requires a credentialed subject matter expert with two years of professional experience leading CREDO programs. The contractor will provide support services to the CREDO staff and assist the Commander Naval District Washington (CNDW) Religious Programs Office. The position is located at Naval District Washington and job duties can be around a 60 mile radius. The period of performance consists of a base year and two option years, with the option to extend services up to an additional six months. This procurement is 100% Small Business Set-Aside. The RFQ package will be available for download on the Navy Electronic Commerce Online Website. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award.
ServiceNow for NAVSEA HQ, NSWC Newport, Carderock, and Panama City
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes for licenses to support the ServiceNow Service Portal for various Naval Surface Warfare Centers and NAVSEA HQ. This procurement aims to enhance operational efficiency by providing essential software licenses, as the ServiceNow platform is critical for automating HR processes and improving data management across the organization. The solicitation utilizes the Carahsoft Technology Enterprise Software Initiative as the mandatory source for all Department of Defense software requirements, with a firm-fixed price agreement expected. Interested vendors must submit their quotes by April 18, 2025, to the primary contact, Arnel Ngo, at arnel.a.ngo.civ@us.navy.mil, or by phone at 757-478-2013, ensuring compliance with federal acquisition regulations throughout the process.