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
    Description

    The Department of Defense, through the Commander Navy Installations Command, is soliciting proposals for the Fleet and Family Support (FFSP) Global Staffing contract, aimed at providing comprehensive support services for military personnel and their families. The contract, which will be a Firm-Fixed-Price type, encompasses a base year and four option years, focusing on global staffing, remote service delivery, and on-site support in areas such as counseling, education, and crisis intervention. This initiative is crucial for enhancing the well-being and readiness of military families, ensuring that they receive timely and effective support tailored to their evolving needs. Interested parties can reach out to Christopher Tullos at christopher.l.tullos.naf@us.navy.mil or Troy Milburn at troy.l.milburn3.naf@us.navy.mil for further details, with proposals due as specified in the solicitation documents.

    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    CHILD CARE SPACES NEED FOR WASHINGTON DC AREA
    Buyer not available
    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.
    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. The objective of this procurement is to provide non-personal services that include 24/7 victim advocacy, education, and emergency placement coordination for military families affected by domestic violence and juvenile Problematic Sexual Behavior (PSB). This initiative is crucial for enhancing the safety and support of military families in crisis situations, ensuring that comprehensive care and resources are readily available. Interested contractors must submit their proposals by February 28, 2025, at 11:00 PM CET/5:00 PM EST, and can direct inquiries to Jessica Spencer at jessica.r.spencer2.civ@army.mil or Carlos Mayorga at carlos.a.mayorga.civ@army.mil.
    Admin/Clerical Support Services
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Bahrain, is soliciting proposals for Administrative and Clerical Support Services to enhance logistical operations at NAVSUP FLC Bahrain. The contract requires the provision of two Full-Time Equivalents (FTEs) to perform tasks such as document processing, personnel training, data analysis, and report preparation, with services primarily conducted at Naval Support Activity Bahrain. This procurement is crucial for maintaining operational efficiency and compliance with federal regulations in military logistics, with the contract period set from March 30, 2025, to March 29, 2026, and options for extension through 2030. Interested contractors should submit their pricing by February 23, 2025, and may contact Grace Sioson at grace.d.sioson.civ@us.navy.mil or Charlotte Ford at charlotte.j.ford3.civ@us.navy.mil for further information.
    Professional Services to support the Navy's Public Works Directorate work within the Naval Facilities Engineering Systems Command's (NAVFAC) Atlantic and Pacific (CONUS and OCONUS, WORLDWIDE) Area of Operations
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is seeking proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide professional services supporting the Navy's Public Works Directorate across its Atlantic and Pacific areas of operations. The contract aims to enhance utility management, energy conservation, and operational efficiency at Navy installations worldwide, requiring contractors to demonstrate substantial expertise in managing electric, civil, and mechanical utility systems. With an estimated maximum value of $90 million, the contract includes a base period of 12 months and four optional 12-month extensions, with proposals due by February 24, 2025. Interested parties can contact Jamie Oyelowo at jamie.l.oyelowo.civ@us.navy.mil or Weston Polen at weston.c.polen.civ@us.navy.mil for further details.
    Facility Maintenance Management and Services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking market capabilities for Facility Maintenance Management and Services. The anticipated procurement involves an Indefinite Delivery Indefinite Quantity Contract valued at approximately $250 million over a potential 90-month period, which includes one base year and six option years, covering a range of operational areas such as Command and Staff, Public Safety, Air Operations, Port Operations, Supply, and Facilities Support. This Sources Sought Notice is intended for preliminary market research to inform future solicitations, and interested firms are encouraged to complete a Market Research Questionnaire by February 25, 2025. For further inquiries, interested parties may contact Maureen Pierre-DeMarco at maureen.pierre-demarco.civ@us.navy.mil or Christopher Jennen at christopher.j.jennen.civ@us.navy.mil.
    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.
    Resilience Center and HAWC Admin Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses to provide administrative services for the Resilience Center and Health and Wellness Center (HAWC) at Hurlburt Field, Florida. The contract, valued at approximately $12.5 million, requires the contractor to supply two full-time personnel to manage and support programs aimed at enhancing the readiness and resilience of Airmen and their families. This procurement is critical for delivering structured wellness programs under the Commando Ready initiative, which plays a vital role in supporting military personnel's health and operational readiness. Interested parties must submit their proposals by February 24, 2025, and can direct inquiries to Rowan Thom at rowan.thom.1@us.af.mil or Dani English at dani.english@us.af.mil for further information.
    MARINE AND BIOLOGICAL RESOURCES MONITORING AND PROGRAM MGMT SVCS at Various Locations - Naval Facilities Engineering Commands Atlantic and Pacific area of Responsibility Worldwide
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for Marine and Biological Resources Monitoring and Program Management Services across various locations worldwide. The contract, which has a maximum value of $75 million and a duration of up to five years, aims to conduct essential research and monitoring activities on marine species, including marine mammals and sea turtles, to ensure compliance with environmental regulations such as the Marine Mammal Protection Act and the Endangered Species Act. This opportunity underscores the Navy's commitment to environmental stewardship and the importance of thorough data management and reporting in marine resource management. Interested contractors should contact Nicole Smith at 757-322-4649 or via email at Nicole.smith100.civ@us.navy.mil for further details and to submit their proposals.
    FY26 FIRE CONTROL STRATEGIC SYSTEMS PROGRAMS (SSP) DEVELOPMENT, SUSTAINMENT, PRODUCTION AND OPERATIONS SUPPORT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Strategic Systems Programs, is seeking support for the FY26 Fire Control Strategic Systems Programs (SSP) Development, Sustainment, Production, and Operations Support. This procurement aims to secure engineering services related to fire control systems, which are critical for the operational readiness and effectiveness of naval defense capabilities. The opportunity is categorized under NAICS code 541330 and PSC code 1230, indicating a focus on engineering services and complete fire control systems. Interested parties can reach out to Bina Russell at bina.russell@ssp.navy.mil or call 202-451-3193 for further details.
    R--Professional management and coordination support services
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking professional management and coordination support services for various Department of Navy (DoN) related ceremonies, functions, and events in Washington, DC. The services will be acquired in accordance with the Federal Acquisition Regulation (FAR) Part 12 and FAR Part 13. The contractor will provide support services for U.S. Navy events and ceremonies, including band concerts, wreath laying ceremonies, concerts on the Avenue, and the Blessing of the Fleet ceremony. The contract will have a base period of performance from December 1, 2018, to November 30, 2019, with a potential six-month extension. The NAICS code for this acquisition is 541611, and the Size Standard is $15.0M. The Request for Quote package will be available for downloading on February 7, 2017, at http://www.neco.navy.mil or http://www.fedbizopps.gov. Contractors must be registered in the Systems for Award Management (SAM) database to be eligible for award. For more information, contact the primary contact person listed in the synopsis.