Fleet and Family Support (FFSP) Global Staffing
ID: N4571A-25-R-0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDER NAVY INSTALLATIONS CMDMILLINGTON, TN, 38055-6500, USA

NAICS

Administrative and Support Services (561)

PSC

SUPPORT- PROFESSIONAL: CERTIFICATIONS AND ACCREDITATIONS (OTHER THAN EDUC OR INFO TECH C&A) (R420)
Timeline
  1. 1
    Posted Feb 5, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 20, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 8:00 PM UTC
Description

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.

Files
Title
Posted
Mar 20, 2025, 9:08 PM UTC
The document is an amendment to a solicitation regarding a contract issued by the Commander of Navy Installations in Millington, TN. It formally amends solicitation number N4571A-25-R-0005, originally dated February 5, 2025. The key change specified is the extension of the submission deadline for offers from March 5, 2025, to April 11, 2025, at 1500 Central Standard Time. The document outlines requirements for prospective offerors to acknowledge receipt of the amendment before the specified deadline, emphasizing that failure to do so may result in rejection of their offers. Additionally, it notes that other terms and conditions of the original solicitation remain unchanged. This document serves as a critical adjustment in the procurement process, ensuring that all interested parties are aware of the new submission timeline while maintaining compliance with the necessary government procurement regulations.
Mar 20, 2025, 9:08 PM UTC
The document is an amendment to a solicitation regarding a contract managed by Commander Navy Installations in Millington, TN. It amends solicitation number N4571A-25-R-0005, initially dated February 5, 2025, and extends the submission deadline for offers to April 25, 2025, at 1500 CST. The amendment also incorporates a Past Performance Questionnaire as Attachment 7, reinforcing the importance of feedback on a contractor's previous work. It is essential for offerors to acknowledge receipt of this amendment prior to the specified deadline to ensure their submissions are considered. The amendment reflects administrative changes under the authority of CNIC 7043.1, confirming that all other terms and conditions of the contract remain unchanged. The document highlights procedural aspects typical in federal Requests for Proposals (RFPs), indicating ongoing communication between government entities and contractors to ensure compliance and clarity in procurement processes.
Mar 20, 2025, 9:08 PM UTC
This document outlines a solicitation for a contract to provide support services for the Commander, Navy Installations Command (CNIC) Morale, Welfare, and Recreation (MWR) programs, specifically Fleet and Family Support Programs (FFSP). The contract will be a Firm-Fixed-Price type, covering a base year and four additional option years, for comprehensive services to aid military personnel and their families. Key services required include global staffing, remote service delivery, and on-site support in various capacities such as counseling, education, and crisis intervention. The contractor will also manage webinar productions and convert existing training materials to digital formats. The target demographic encompasses active duty personnel, retirees, and their eligible dependents. The document’s structure includes sections detailing solicitation requirements, pricing schedules, work scopes, and mandatory conditions for proposal submissions. The emphasis is on ensuring timely delivery of support services, enhancing family readiness, and maintaining compliance with military guidelines. The aim is to guarantee effective program implementation to support the well-being of military families, adapting services as necessary to meet evolving needs. This solicitation exemplifies federal procurement processes aimed at enhancing service delivery for essential support programs.
Mar 20, 2025, 9:08 PM UTC
The document outlines a Contract Performance Customer Questionnaire designed for use in evaluating the past performance of contractors in federal and local government contexts. It instructs respondents to provide comprehensive information regarding contractor performance, including their company details and points of contact. The questionnaire includes guidelines for assessing performance in key areas such as Quality of Service, Timeliness of Delivery, and Overall Customer Satisfaction, with specific adjectival ratings from Unsatisfactory to Excellent. Respondents are required to justify their ratings, particularly for Customer Satisfaction, and to provide insights on whether they would select the contractor again for future projects. The structure encourages detailed feedback to inform selection processes in future government Requests for Proposals (RFPs) and grants, ensuring thorough assessments of contractor reliability and service quality. The document emphasizes confidentiality, indicating that completed questionnaires will remain sensitive and for official use only.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Family Advocacy Program (FAP) Victim Advocacy Program (VAP) and Emergency Placement Care (EPC) Support Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Family Advocacy Program (FAP) Victim Advocacy Program (VAP) and Emergency Placement Care (EPC) Support Services, aimed at enhancing support for military families affected by domestic violence and juvenile problematic sexual behavior. The contractor will be responsible for providing 24/7 victim advocacy services, coordinating emergency placements for children in crisis, and conducting training programs for military personnel and families to ensure sensitive handling of domestic abuse cases. This initiative is crucial for maintaining the safety and welfare of military families, with a focus on regulatory compliance and accountability. Interested contractors must submit their proposals by April 9, 2025, and can direct inquiries to Jessica Spencer at jessica.r.spencer2.civ@army.mil or Carlos Mayorga at carlos.a.mayorga.civ@army.mil.
NIEF Production Support Services
Buyer not available
The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is seeking contractors for the NIEF Production Support Services contract, which encompasses a range of activities including basic research, system design, prototype development, and lifecycle support for Command, Control, Communications, Computer, Intelligence, Surveillance, and Reconnaissance (C4ISR) systems. This procurement aims to integrate advanced technologies with both Commercial-Off-The-Shelf (COTS) and Government Off-the-Shelf (GOTS) solutions to meet the joint C4ISR and Cybersecurity needs of various military branches, including the Navy, Marine Corps, Air Force, Army, and Coast Guard, as well as other government agencies. The solicitation, anticipated to be released in April 2025, will be a full and open competition for a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a seven-year ordering period and an estimated total effort of 315,840 hours. Interested parties can contact Contract Specialist Marianito J Rosal at marianito.rosal@navy.mil or by phone at 619-553-1398 for further information.
internal Contractor Support Services (iCSS) Special Notice 0007
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Training Systems Division, is seeking industry input regarding the upcoming Amendment 0002 to RFP N6134025R0004 for internal Contractor Support Services (iCSS). This procurement aims to update various attachments related to wage determinations, past performance information, contract cost summaries, and minimum labor wage rates, with significant changes anticipated in areas such as page limits and evidence requirements for facility clearances. The opportunity is set aside for SBA Certified Women-Owned Small Businesses (WOSB) and will be performed in Orlando, Florida. Interested parties can reach out to Michael Yucht at michael.d.yucht.civ@us.navy.mil or Alana Nunez-Bennett at alana.nunez-bennett.civ@us.navy.mil for further information, with a proposal submission deadline extended to 3:00 PM EDT on April 29, 2025.
G--Retreat Facilitator
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a Full-Time Retreat Facilitator in support of Chaplain Religious Enrichment Development Operation (CREDO). This position involves the development, implementation, execution, and evaluation of CREDO workshops, as well as retreat facilitation. The contractor must have two years of professional experience leading CREDO programs and be a credentialed subject matter expert with the knowledge, skills, and abilities of seminary-trained professional clergy. 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 a 100% Small Business Set-Aside. The RFQ package will be available for download on or about August 23, 2017, on the Navy Electronic Commerce Online Website. Contractors must be registered in the System for Award Management (SAM) database prior to award.
Multi-Function Support Services (MFSS) at Navy Reserve Center (NRC) Miami, FL; NRC West Palm Beach, FL; and NSWCCD Dania Beach, FL
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking qualified contractors to provide Multi-Function Support Services (MFSS) at the Navy Reserve Centers in Miami, FL, West Palm Beach, FL, and the Naval Surface Warfare Center in Dania Beach, FL. The procurement encompasses a range of services including facility management, custodial services, pest control, integrated solid waste management, and grounds maintenance, requiring comprehensive labor, supervision, management, and materials. These services are critical for maintaining operational readiness and ensuring the effective management of facilities used by the Navy. Interested parties should contact Stephanie Menciano at stephanie.s.menciano.civ@us.navy.mil or 904-542-6953, or CARI FIEBACH at cari.l.fiebach.civ@us.navy.mil or 904-504-1524 for further details regarding the 8(a) set-aside solicitation.
NNSY Job Fair Advertising
Buyer not available
The Department of Defense, through the Norfolk Naval Shipyard (NNSY), is seeking qualified small businesses to provide advertising services in support of its Job Fair scheduled for 2025. The procurement aims to deliver comprehensive advertising solutions, including radio and television campaigns, to effectively promote job opportunities in engineering and technician roles at NNSY, utilizing various media platforms and targeted advertising strategies. This initiative is crucial for enhancing recruitment efforts for critical workforce positions within the shipyard, ensuring compliance with federal regulations and promoting small business participation. Interested contractors should note that a solicitation is anticipated to be posted around December 3, 2025, and can contact Jason D. Fittro at Jason.Fittro@navy.mil or Denise J. Swain at denise.j.swain.civ@us.navy.mil for further information.
Chaplains Religious Enrichment Development Operation (CREDO) Facilitators
Buyer not available
The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Jacksonville, is seeking qualified small businesses to provide facilitation services for the Chaplains Religious Enrichment Development Operation (CREDO) programs. The procurement aims to secure facilitators for various marriage retreats scheduled for May and June 2025, with specific requirements regarding facilitator qualifications, staffing, and financial assurances outlined in the solicitation amendment. This initiative is crucial for enhancing the spiritual and relational well-being of military personnel and their families. Interested contractors should direct inquiries to Quentin Keaton or Patricia Schramm via their respective emails, and must adhere to the submission guidelines as detailed in the solicitation documents.
FCDID Support Services
Buyer not available
The Department of Defense, through the Mission Installation Contracting Command (MICC) at Fort Eustis, is seeking qualified sources to provide analytical and technical support services for the Army Futures Command (AFC) Fires Capabilities Development Integration Directorate (FCDID). The primary objectives include assisting in the update of the Army's Fires operational concepts and force design, aligning with modernization priorities, and facilitating integration efforts across various domains. This opportunity is crucial for enhancing the Army's strategic planning and operational capabilities, with a focus on quality control and compliance through established performance monitoring plans. Interested parties must submit their responses, including company information and capability statements, by 1400 PM EST on April 10, 2025, to Ben Cady at Benjamin.m.cady.civ@army.mil. This announcement is a Sources Sought notice and does not constitute a solicitation for proposals.
N44255-24-R-2500 WEST SOUND BASE OPERATIONS SUPPORT SERVICES
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Northwest (NAVFACSYSCOM NORTHWEST), is seeking proposals for Base Operations Support Services at Naval Base Kitsap, Washington. This procurement aims to provide comprehensive facilities support services, which are crucial for maintaining operational readiness and efficiency at the naval base. Interested contractors should note that the solicitation falls under the NAICS code 561210, focusing on Facilities Support Services, and the PSC code S216, which pertains to housekeeping and facilities operations support. For further inquiries, potential bidders can contact Liliana Sanchez at liliana.m.sanchez.civ@us.navy.mil or Cynthia Swink at cynthia.l.swink.civ@us.navy.mil, with the primary contact number being 360-396-6707.
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.