22 Feb Yellow Ribbon Even Childcare
ID: W911YP25RA0004Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N3 USPFO ACTIVITY UT ARNGDRAPER, UT, 84020-2000, USA

NAICS

Child Care Services (624410)

PSC

SOCIAL- OTHER (G099)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking qualified childcare providers for the Yellow Ribbon Post-Deployment event scheduled for February 22, 2025, in Draper, Utah. The procurement requires the accommodation of 160 children, divided into two age-specific groups (0-5 and 6-12), with essential staffing and safety requirements, including background checks for all personnel and appropriate supplies for activities. This service is crucial for supporting military families during the reintegration process, ensuring a safe and engaging environment for children while their parents participate in the event. Interested vendors must submit a detailed cost breakdown and comply with all outlined requirements, with an estimated contract value of $9,500,000. For further inquiries, contact Otha Henderson at otha.b.henderson.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines key requirements and clarifications regarding childcare and event accommodations for a government project. It specifies the need for two rooms near a restroom, each capable of hosting up to fifty children, with specific furniture requirements including tables and chairs. Staff providing childcare must be licensed, and onsite childcare is mandatory. The total number of children is 160, categorized into age groups, although more granular age breakdowns are not currently feasible. Vendors are responsible for conducting background checks on their staff, and must provide documentation confirming compliance, as the government does not perform these checks. Overall, the document emphasizes the importance of staffing qualifications, physical space arrangements, and parental check-in processes for meals while ensuring that children’s safety is a top priority.
    The document outlines a federal solicitation for childcare services related to a Yellow Ribbon event for military personnel, scheduled for February 22, 2025, within 50 miles of Camp Williams, Utah. It specifies the requirement for childcare providers to accommodate 160 children, divided by age, with appropriate staffing ratios and necessary supplies for activities. Providers must undergo background checks, with documentation submitted alongside proposals. The estimated total contract value is $9,500,000, and the contract type is firm-fixed price, emphasizing a low-price technically acceptable evaluation method. Important contractual clauses, including terms for payment, compliance with Federal Acquisition Regulations, and provisions for small business participation, are incorporated by reference or full text. The document stresses the need for thorough documentation, efficient communication, and adherence to contract regulations, reinforcing the intention to promote fair opportunities for women-owned and economically disadvantaged businesses while ensuring compliance with government standards in childcare service provision.
    The document outlines the Security Screening/Declaration for individuals seeking access to classified information or designated sensitive positions within the government. It emphasizes the legal authorities backing the information collection, such as various Executive Orders and U.S. Codes aimed at ensuring the security and suitability of personnel. The form requires personal identification details and inquiries into the individual’s criminal history, financial stability, behavioral health, foreign contacts, and citizenship status. Key sections include questions about any past felony charges, criminal investigations, mental health treatment, financial issues like bankruptcies, and foreign affiliations or family ties. The document stresses that providing accurate information is voluntary but underscores the consequences of withholding information, which may lead to employment reassignment or access denial. Individuals must also affirm the truthfulness of their responses. This security screening is an essential step for personnel involved in national security or sensitive operations, connecting directly to federal and state regulations regarding personnel suitability assessments. Overall, the document serves as a preliminary access control tool within broader government screening processes.
    The Utah National Guard's Joint Force Headquarters has issued a Performance Work Statement (PWS) for childcare services related to the Yellow Ribbon Post-Deployment event scheduled for February 22, 2025. The State Family Programs Office and Yellow Ribbon Reintegration Program seek a childcare provider capable of accommodating 160 children, divided into two age-specific rooms for ages 0-5 and 6-12. Essential requirements include a sufficient number of staff, background checks for all personnel, and appropriate supplies for activities, as the Yellow Ribbon team will not provide materials. Parents will handle lunch for their children, while drop-off is scheduled from 7:30 AM to 4:30 PM. Vendors are required to submit a detailed cost breakdown and must operate within a 50-mile radius of Camp Williams, UT, with the precise location provided upon contract award. This document serves as an RFP for potential childcare providers to ensure comprehensive and compliant services tailored to military families during the reintegration process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Oracle Software License and Support
    Dept Of Defense
    The Department of Defense, specifically the Utah Army National Guard, is soliciting proposals for the renewal of Oracle software licenses and support under solicitation number W911YP26QA001. This procurement includes Oracle Advanced Security, Database Enterprise Edition, and Partitioning software, with a total award amount of $34 million, and is designated as a total small business set-aside under NAICS code 541519. The selected contractor will be responsible for providing the necessary software updates and support services, which are critical for maintaining the operational integrity of the Army's IT systems. Interested vendors must submit their quotes by 10:00 AM MST on December 29, 2026, and should direct inquiries to Kris Braun at kristinna.a.braun.civ@army.mil or by phone at 801-432-4145.
    Salt Lake City Military Entrance Processing Station Noon Meals
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting quotes from qualified vendors to provide noon meals for applicants at the Salt Lake City Military Entrance Processing Station (MEPS). The contract requires the provision of boxed meals, specifically submarine sandwiches and accompanying items, adhering to strict food safety and sanitation standards, with service expected Monday through Friday, and some Saturdays, excluding holidays and training days. This procurement is crucial for supporting the nutritional needs of Armed Forces applicants during their processing, ensuring they receive adequate meals in a timely manner. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by December 23, 2025, with a total estimated award amount of $47,000,000.00 for the contract period, which includes a base year and two one-year options. For further inquiries, vendors can contact Adam Buchert at adam.p.buchert.civ@army.mil or Tara E. Glass at tara.e.glass.civ@mail.mil.
    VTARNG RTI Full Food Service JAN - JUN 2025
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking qualified small businesses to provide full food service support for training courses at the Vermont Regional Training Institute from January to June 2025. The procurement includes delivering hot meals and light cleaning services across multiple periods, with specific quantities outlined for breakfast, lunch, and dinner throughout the contract duration. This opportunity is crucial for ensuring that service members receive adequate nutrition during their training, reflecting the government's commitment to supporting small businesses in federal contracting. Interested parties must submit their quotes by December 19, 2024, and can direct inquiries to Kathleen O'Neill at kathleen.b.oneill.civ@army.mil or Donald Luby at donald.j.luby.civ@army.mil.
    NVANG UTA LODGING JANUARY 2025 - DECEMBER 2026
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide lodging accommodations for authorized personnel of the Nevada Air National Guard's 152d Airlift Wing from January 2025 to December 2026. The procurement requires single and double occupancy lodging within a three-mile radius of the 152d Airlift Wing located at 1776 National Guard Way, Reno, NV, ensuring that all facilities meet public health and security standards. This contract, which will be awarded based on best value criteria including pricing and technical capability, is set aside for small businesses with a total estimated value not exceeding $40 million. Interested vendors must submit their quotes via email to the designated contacts by 10:00 AM PDT on December 17, 2025, and ensure their proposals remain valid for at least 60 days post-solicitation close.
    151 ESB Catered Meals 5JAN-10APR 2026
    Dept Of Defense
    The Department of Defense, through the South Carolina Army National Guard, is soliciting proposals for the provision of catered meals for the 151st Enhanced Separate Brigade from January 5, 2026, to April 10, 2026. The contract requires the delivery of 2,269 hot catered lunches, adhering to specific food safety regulations and utilizing the SCARNG FY25 14 Day Menu, with all meals to be served buffet-style or in appropriate containers. This procurement is critical for supporting the brigade's annual training event, ensuring that service members receive nutritious meals during their training period. Interested small business contractors must submit their quotes by December 18, 2025, and can direct inquiries to Kevin Esber at kevin.j.esber.mil@army.mil, with an estimated total contract value of $9 million.
    FY 26 RTI Catering
    Dept Of Defense
    The Department of Defense, specifically the Illinois Army National Guard, is soliciting proposals for catering services to provide prepared breakfast, lunch, and dinner meals for the 129th Regiment during training events from January 2 to September 25, 2026. The contract, valued at approximately $9 million, requires the selected vendor to deliver meals to designated locations, including the IMA DFAC at Camp Lincoln and Lincoln Land Community College, adhering to strict delivery protocols and food safety standards. This procurement is crucial for ensuring that military personnel receive nutritious meals during their training, with specific dietary needs and meal counts outlined in the solicitation documents. Interested vendors should direct inquiries to Stephanie Maley at stephanie.c.maley.civ@army.mil or Donald Piper at donald.g.piper6.mil@army.mil, and must comply with the submission deadlines and requirements detailed in the solicitation.
    Industry Day FY25-30 Small Unmanned Aircraft System (sUAS) Blanket Purchase Agreement (BPA)
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is hosting an Industry Day in February 2026 to engage small business vendors for a Blanket Purchase Agreement (BPA) focused on Small Unmanned Aircraft Systems (sUAS). The procurement aims to acquire sUAS compliant with the Blue UAS Cleared or Select Lists, along with repair parts, sustainment support, and technical expertise for these systems. This initiative is crucial for enhancing the operational capabilities of the military through advanced drone technology. Interested vendors must respond with company information and authorization documentation, and participation requires two forms of government-issued identification. For further inquiries, vendors can contact Justin C. Gould at justin.c.gould5.mil@army.mil or Nataly Johnson at nataly.l.johnson.mil@army.mil.
    665th SMC Lodging
    Dept Of Defense
    The Department of Defense, specifically the South Dakota Army National Guard, is seeking commercial lodging services for an upcoming event in Mitchell, SD, scheduled from November 13 to November 15, 2025. The requirement includes providing a total of 153 rooms, with an estimated 51 rooms needed per night for the duration of the stay. This procurement is categorized as a total small business set-aside under FAR Part 19.5, and the contract will be awarded as a Firm Fixed Price, contingent upon the availability of fiscal year 2026 funds. Interested vendors can reach out to Andrew Kennedy at andrew.j.kennedy16.civ@army.mil or by phone at 605-737-6731 for further details, with the solicitation expected to be posted within a week of this presolicitation notice.
    Luke Air Force Base 2026 Air Show - Audio Services
    Dept Of Defense
    The Department of Defense is soliciting proposals for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The selected contractor will be responsible for providing a comprehensive outdoor audio system, ensuring clear sound coverage across all spectator areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at $40 million and designated as a Women-Owned Small Business set-aside, emphasizes technical acceptability, past performance, and price in its evaluation criteria. Interested vendors must submit their quotes by December 17, 2025, to the designated contacts, 2d Lt Jalen Johnson and Jacqueline Aranda, via email, ensuring quotes remain valid through March 14, 2026.
    UTAH
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for Subsistence Prime Vendor (SPV) support in the Utah region. The procurement aims to secure the delivery of various subsistence items from the 8900 federal supply group or their commercial equivalents, with a requirement for "just in time" delivery beginning no later than 120 days post-award. This contract, valued at a maximum of $38,211,329.99, will span 60 months and consist of three pricing tiers, with evaluations based on best value lowest price technically accepted criteria. Interested parties can find the Request for Proposal (RFP) under Solicitation Number SPE300-26-R-0004, which is expected to be posted on the DLA BSM DIBBS website in December 2025. For further inquiries, contact Vance S. Corey at vance.corey@dla.mil or Benjamin Dorsey at benjamin.dorsey@dla.mil.