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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Reservation System RFI
    Dept Of Defense
    The Department of Defense, through the Commander Navy Installations Command (CNIC), is seeking information from contractors regarding their capabilities to support the development and implementation of a modernized Morale, Welfare, and Recreation (MWR) Reservation System. This initiative aims to create a unified reservation process for over 12 million military-affiliated patrons across 300 bases, enhancing program efficiency and customer experience, particularly in areas such as vehicle storage, marinas, and recreational lodging. Interested contractors are invited to respond to the Request for Information (RFI) N4571A-25-I-0006, which outlines specific system requirements and capabilities, with responses due by October 16, 2025. For further inquiries, interested parties can contact Jasmyn Payne at jasmyn.m.payne.naf@us.navy.mil or by phone at 901-874-6931.
    Commercial Kennels/Boarding Military Working Dogs
    Dept Of Defense
    The Department of Defense, through the Marine Corps Installations National Capital Region – Regional Contracting Office (MCINCR-RCO), is seeking vendors capable of providing kenneling and boarding services for 10 to 20 Military Working Dogs over a period of 24 to 48 months, with a requested start date of December 1, 2025. The facilities must be located within the immediate vicinity of Quantico, Virginia, and must meet specific requirements, including a minimum run size of 8x8, 24/7 access for military personnel, and no shared areas with other pets. This Request for Information (RFI) aims to gather industry feedback on capabilities, barriers to competition, and pricing structures, among other considerations. Interested vendors must submit their responses by 12:00 PM EST on November 13, 2025, via email to hal.d.jones@usmc.mil and sharon.palustre@usmc.mil, with submissions limited to four pages and including essential business details and responses to the RFI questions.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction services, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The selected contractors will be responsible for a variety of construction tasks, including new construction, renovation, and demolition of facilities supporting military operations. Interested parties must submit both price and non-price proposals by January 14, 2026, with inquiries directed to Holly Snow at holly.r.snow.civ@us.navy.mil or Molly Lawson at Molly.e.lawson.civ@us.navy.mil.
    DFAC Service, Camp Murray, WA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking responses from qualified vendors for Weekend Dining Facility Services at Camp Murray, Washington. The anticipated requirement includes providing lunch meals for three consecutive days each month, encompassing setup, preparation, cooking, and cleanup, all in compliance with DoD and Air Force nutritional standards. This service is crucial for maintaining the dietary needs of personnel at the 194th Wing, Washington Air National Guard, with food supplied by the 194th Wing Force Support Squadron. Interested parties must submit their responses, including company information and capabilities, by January 30, 2026, at 4:00 PM, to the 194th Contracting Office via email at 194.wg.fal.msc.contracting@us.af.mil. This opportunity is set aside for small businesses under the SBA guidelines.
    Custodial Service Starbase Los Alamitos, CA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for custodial services at STARBASE Los Alamitos, California. The procurement aims to secure routine custodial services, including cleaning classrooms, offices, and restrooms, with services to be performed three times a week and additional support for incidental/emergency events. This contract is vital for maintaining a clean and safe environment at the facility, which serves educational purposes for youth. Interested vendors must submit their quotes via email by January 19, 2026, at 10:00 AM PST, and can direct inquiries to Thomas Lamont at thomas.r.lamont3.civ@army.mil. The contract is set aside for small businesses, with a total estimated value based on a firm-fixed-price structure for a base year and two optional years.
    ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services contract. This procurement aims to provide comprehensive maintenance and logistical support for aircraft launching, landing, and ground handling equipment, including modernization, repair, and parts manufacturing, as outlined in NAVAIR Instruction. The contract is a total 8(a) small business set aside, with an anticipated performance period from January 2027 to January 2032, featuring five one-year ordering periods and a six-month option to extend services. Interested parties must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with questions due by January 5, 2025, and a mandatory site visit scheduled for January 16, 2025, for eligible 8(a) offerors. For further inquiries, contact Ndidiamaka Umeh at ndidiamaka.umeh@navy.mil or Kurt Dronenburg at kurt.j.dronenburg.civ@us.navy.mil.
    Student Transportation Services to the Ft. Stewart Military Community in Georgia.
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is seeking proposals for student transportation services at the Ft. Stewart Military Community in Georgia, under solicitation HE125426RE007. This procurement is a 100% Small Business set-aside, requiring contractors to provide comprehensive transportation services, including daily commutes, special education transportation, and extended school year services, with a focus on safety and efficiency. The contract encompasses a base year and four option years, with a minimum guaranteed value of $2,500. Proposals must be submitted via email by 12:00 p.m. EST on January 30, 2026, following the submission of a Non-Disclosure Agreement by January 23, 2026, to receive critical route information. Interested parties should direct inquiries to Contracting Officer Esther Yi at esther.yi@dodea.edu or Contract Specialist Batsaikhan Usukh at batsaikhan.usukh@dodea.edu.
    Wounded Warrior Outreach and Resource Support Services-Request for Proposal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the Wounded Warrior Outreach and Resource Support Services under Request for Proposal (RFP) M0026426R0001. The contractor will be responsible for providing comprehensive outreach and resource support services to approximately 35,000 wounded, ill, and injured Marines, Sailors, veterans, and their families, including program management, call center support, and field service support across various locations. This initiative is crucial for ensuring effective non-medical case management and resource advocacy, emphasizing strict adherence to privacy and confidentiality protocols. Interested parties must submit their proposals by the extended deadline, with inquiries directed to Bradley Hoover at bradley.hoover@usmc.mil or Cynthia Guthridge at cynthia.guthridge@usmc.mil.
    Office of Small Business Programs Support Services - Amend 7
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for the Office of Small Business Programs Support Services. The contract aims to provide comprehensive operational and management support, including business execution, strategic communication, and mentor-protégé program support, with a total award amount of up to $24,500,000. The performance period is set to begin in January 2026, lasting for one base year with four additional option years extending through January 2031. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil or Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.
    628 FSS Military and Family Readiness Support Services
    Dept Of Defense
    The Department of Defense, through the 628th Force Support Squadron (FSS) at Joint Base Charleston, South Carolina, is seeking qualified contractors to provide Military and Family Readiness Support Services. The procurement aims to deliver a range of support services, including financial management, personal and work-life balance assistance, employment support, and IT hardware/application support, all in compliance with DoD and Air Force standards. These services are crucial for addressing the unique challenges faced by military members and their families, ensuring their well-being and readiness. Interested parties must submit their capability statements and relevant information to Lt. Aaryn Scires at aaryn.scires.2@us.af.mil by January 14, 2026, at 10:00 AM EST, as this is a sources sought announcement for market research purposes only.