UNITAS 2025 Initial Planning Conference (IPC)
ID: N6883625Q0033Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR JACKSONVILLEJACKSONVILLE, FL, 32212-0097, USA

NAICS

Process, Physical Distribution, and Logistics Consulting Services (541614)

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
  1. 1
    Posted Jan 14, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 21, 2025, 12:00 AM UTC
  3. 3
    Due Jan 28, 2025, 2:00 PM UTC
Description

The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Jacksonville, is seeking proposals for logistics management and integration services for the UNITAS 2025 Initial Planning Conference (IPC) scheduled from February 10 to 14, 2025, in Jacksonville, Florida. The procurement includes essential services such as conference room facilities for 300 attendees, breakout rooms, high-speed Wi-Fi, transportation services, and lodging for approximately 30 personnel, along with meal provisions and necessary equipment like laptops and AV gear. This conference is significant for facilitating collaboration among U.S. Government and Partner Nation forces, ensuring effective logistical support while adhering to federal guidelines. Interested vendors must submit their proposals by January 28, 2025, and can direct inquiries to Samonica Crider at samonica.c.crider.civ@us.navy.mil or Ian Cochran at ian.r.cochran4.civ@us.navy.mil.

Point(s) of Contact
Files
Title
Posted
Jan 22, 2025, 2:04 AM UTC
The document outlines the Request for Quote (RFQ) N6883625Q0033, issued for logistics support for the U.S. Government and Partner Nation forces during the UNITAS 2025 Initial Planning Conference (IPC) in Jacksonville, Florida, from February 10-14, 2025. The solicitation specifies that vendors must provide lodging services, meal vouchers, conference room facilities, transportation services, and necessary equipment like laptops and printers. Key requirements include hotel accommodations for 30 personnel, security measures, and meal provisions such as breakfast, lunch, and dinner. Proposals must be submitted by January 28, 2025, with all offers being technically acceptable and competitively priced. The evaluation process will focus on lowest-price technically acceptable (LPTA) criteria. Additionally, the document stipulates compliance with various federal regulations, including those related to small business participation, service contract standards, and contractor responsibilities. In summary, this RFQ serves to solicit comprehensive logistical services for a significant international event, ensuring quality support and adherence to federal governance in contracting processes.
Jan 22, 2025, 2:04 AM UTC
The document outlines an RFP for Logistics Management and Integration Services required for a conference scheduled from February 10 to 14, 2025. Key components include the provision of a main conference room for 300 attendees, breakout rooms for smaller groups of 50 each, and necessary communications services such as laptops and AV equipment. High-speed Wi-Fi service is required, alongside transportation services, including four 15-passenger vans with drivers. Additional support consists of lodging for approximately 30 personnel in a hotel rated 3 stars or higher, with breakfast provided. The ESC must also issue meal vouchers, with specific instructions on dining arrangements. Importantly, the document emphasizes compliance with federal guidelines regarding equipment specifications, and responsibilities for charges not covered by the U.S. government. The intent of this file is to solicit bids for the necessary services and logistics to ensure the conference's success, while adhering to governmental standards and budget restrictions.
Jan 22, 2025, 2:04 AM UTC
The document details a series of inquiries and clarifications related to the UNITAS 2025 International Planning Conference (IPC), addressing logistical, logistical, and contractual considerations. Key points include the scheduling of conference sessions from 0800 to 1700, the acceptance of 14-passenger vans for transportation, and preferred light refreshments which should include snacks like cookies and fruit trays, along with coffee and water. There are no known dietary restrictions, and the conference laptops will be secured overnight by a U.S. Navy representative. Further, the document outlines procedures regarding potential costs for additional guests, the provision of Florida tax exemption forms, and guidelines for transportation company driver background checks. The hotel staff's existing vetting process suffices for exemption from subcontractor background checks, and there are specific IT requirements including the necessity of Adobe Acrobat. The hotel location must remain within 5 miles of the airport, and the event equipment will not be purchased but returned to the contractor post-event. Overall, the inquiries assist in refining the logistics and operational framework for the conference while ensuring compliance with government procedures and security measures.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
99--Amendment 0001 to the solicitation
Buyer not available
Presolicitation DEPT OF DEFENSE Logistics and Life Support Services for U.S. Navy and Partner Nation forces operating ashore in Rio De Janeiro, Brazil. The procurement is for the Joint Visitors Bureau (JVB) an Interaction Foreign Military Bureau top priority exercise for USSOUTHCOM. The primary objective of this contract is to obtain provisions in support for USNS Comfort during Continuing Promise (CP) 2015 mission during the April through September timeframe. The effort is expected to support 400 personnel, 380 of which are Partner Nation participants, Joint Visitors Bureau (JVB) will require services on 18 November through 24 November 2015.
99--Coastal Riverine Squadron FOUR Company (CRS 4 COM) operating in Panama 19 OCT through 13 DEC 2016
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking expeditionary logistics and life support services for the Coastal Riverine Squadron FOUR Company (CRS 4 COM) operating in Panama. This service is part of a larger U.S. Southern Command (SOUTHCOM) directed mission. The service includes small boat launch and recovery services, vehicles, cellular phones, international phone cards, bottled water, personnel and equipment transportation between operating sites. The mission will take place from 19 October through 13 December 2016. The Contractor will work closely with the Contracting Officer Representative (COR) to ensure effective completion of all services. The solicitation will be available around 16 SEP 2016 and contract award no later than 07 OCT 2016.
RFI- Army Medical Conference - Feb 25
Buyer not available
The Department of Defense, specifically the U.S. Army, is seeking qualified vendors to provide hotel accommodations and conference facilities for the Army Medical Conference scheduled for February 23-28, 2025, in Leesburg, Virginia. The requirements include a main conference room capable of hosting up to 650 attendees, along with 20 to 30 breakout rooms equipped with necessary audio-visual equipment, tables, and chairs. Additionally, the procurement calls for a total of 650 lodging rooms, with specific amenities such as 5G Wi-Fi access, on-site parking, and 24/7 security to enhance the experience for attendees. Interested parties are encouraged to submit a capability document to the primary contacts, Deric Harris and Delbert Spriggs, via email, as this request for information is intended for market research and planning purposes only, with no commitment to award a contract.
Simulation Training
Buyer not available
The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistic Center Jacksonville, is seeking to procure simulation training services for the USS Cleveland (LCS-31) as it navigates the St. Lawrence Seaway. This four-day training program, scheduled for April 14 to April 17, 2025, aims to enhance the crew's operational capabilities in maneuvering the Littoral Combat Ship in complex riverine conditions, ensuring safety and effectiveness during naval missions. The contract will be awarded under a Firm-Fixed-Price arrangement, and interested vendors must submit their quotes via email by 10:00 AM on April 4, 2025, while all inquiries should be directed in writing by April 2, 2025, to Lizbeth Pritchard at lizbeth.pritchard.civ@us.navy.mil.
Z--Industry Forum for Regional Base Operations Support (RBOS) I Services in Jacksonville, FL; BOS I Services at NSB Kings Bay, GA; and BOS Services at NAS Pensacola, FL
Buyer not available
Special Notice DEPT OF DEFENSE DEPT OF THE NAVY: The Naval Facilities Engineering Command (NAVFAC) Southeast is sponsoring an Industry Forum on May 11, 2016, to collaborate with industry partners for facilities support contracting and safety solutions to the Navy. The forum will provide information on upcoming NAVFAC Southeast FSC/Base Operations Support (BOS) solicitations, including Regional Base Operations Support (RBOS) I Services at Naval Air Station (NAS) Jacksonville, Florida; Bureau of Medicine and Surgery Jacksonville, Florida; Naval Station Mayport Jacksonville, Florida; Blount Island Command Jacksonville, Florida; and the outlying areas supported by these commands, BOS I Services at Naval Submarine Base Kings Bay, Georgia, and BOS Services at NAS Pensacola, Florida. Contractors interested in facilities support contracting and subcontracting opportunities with NAVFAC Southeast should attend. Limited to three representatives per company. Contact Ms. Cari Fiebach and Ms. Nicole Wilhelm for registration and security clearance information.
Z--Industry Forum for Regional Base Operations Support (RBOS) I Services in Jacksonville, FL; BOS I Services at NSB Kings Bay, GA; and BOS Services at NAS Pensacola, FL
Buyer not available
Special Notice DEPT OF DEFENSE DEPT OF THE NAVY: The Naval Facilities Engineering Command (NAVFAC) Southeast is sponsoring an Industry Forum on May 11, 2016, to collaborate with industry partners who team with NAVFAC Southeast to provide facilities support contracting (FSC) and safety solutions to the Navy. The forum will provide information on upcoming NAVFAC Southeast FSC/Base Operations Support (BOS) solicitations, including Regional Base Operations Support (RBOS) I Services at Naval Air Station (NAS) Jacksonville, Florida; Bureau of Medicine and Surgery Jacksonville, Florida; Naval Station Mayport Jacksonville, Florida; Blount Island Command Jacksonville, Florida; and the outlying areas supported by these commands, BOS I Services at Naval Submarine Base Kings Bay, Georgia, and BOS Services at NAS Pensacola, Florida. Contractors interested in facilities support contracting and subcontracting opportunities with NAVFAC Southeast should attend. Limited to three representatives per company. Contact Ms. Cari Fiebach and Ms. Nicole Wilhelm for more information.
F-35 CONSTRUCT COMBINED WEAPONS FACILITY
Buyer not available
The Department of Defense, through the Department of the Army, is soliciting bids for the construction of the F-35 Combined Weapons Facility (CWF) at the Jacksonville Air National Guard Base in Florida. This project, designated under solicitation number W50S6Y-25-B-A004, aims to construct a 22,696 square-foot facility that includes a hangar bay for load crew training, administrative offices, classrooms, and environmental remediation of the site, with an estimated contract value between $10 million and $25 million. The procurement is exclusively set aside for small businesses, reflecting the government's commitment to engaging small contractors in significant defense infrastructure projects. Interested bidders must submit their proposals by March 27, 2025, and can direct inquiries to TSgt Frederick Cherry at frederick.cherry.1@us.af.mil or Mark Penwell at mark.penwell.1@us.af.mil.
R--Professional, Administrative, and Management Support Services
Buyer not available
Presolicitation notice from the Department of Defense, specifically the Department of the Navy, is seeking professional, administrative, and management support services for the Office of Civilian Human Resources at the Stennis Operations Center in Jacksonville, Florida. This requirement is expected to be set-aside for small business concerns. The anticipated start date is September 30, 2019, and the contract will be firm-fixed price. Interested parties should review the FedBizOpps website for the solicitation and attachments. The expected issue date for the solicitation is around August 15, 2019, with a contract award date around September 27, 2019. No verbal or phone conversations will be accepted, and all questions should be submitted in writing.
Containerized Storage Units (CSUs) Design and Feasibility Study at the University of Central Florida Ingenuity Building
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking to procure architectural and engineering services for a feasibility study to construct a lab within the University of Central Florida's Ingenuity Hyperspace Building. The primary objective of this study is to assess the viability and design of hosting portable Containerized Storage Units (CSUs) for the Navy's Virtual Joint Environment for Tactical Training Systems (VJETTS) within an approximately 17,000 square foot area. This procurement is a sole-source effort, exclusively accepting quotes from the University of Central Florida, and will be awarded as a firm-fixed-price purchase order under Simplified Acquisition Procedures (SAP). Interested parties should submit their quotes by April 7, 2025, and may contact Carly Galloway at carly.n.galloway.civ@us.navy.mil or Erin Young at erin.b.young@navy.mil for further information.
S&RTS Mid-Atlantic Ports
Buyer not available
The United States Transportation Command (USTRANSCOM) is preparing to issue a Request for Proposal (RFP) for Stevedoring and Related Terminal Services (S&RTS) at Mid-Atlantic ports, specifically in Charleston (SC), Savannah (GA), Wilmington (NC), and Morehead City (NC). This procurement will involve a single fixed-rate Indefinite Delivery, Indefinite Quantity (IDIQ) contract, effective from September 1, 2025, to August 31, 2030, with a potential six-month extension, and will be awarded based on the Lowest Price Technically Acceptable (LPTA) method. The services are crucial for efficient cargo handling and transportation operations at these strategic ports, ensuring the timely movement of goods. Interested parties should note that the RFP is expected to be available on SAM.gov in early 2025, and they are encouraged to contact Lucy Wells or Nashae J. Perez for further information.