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
    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
    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.
    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.
    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
    Similar Opportunities
    Base Operations Support (BOS) Services at Naval Station (NS) Mayport, Florida; Marine Corps Support Facility – Blount Island (MSF – BI) Jacksonville, Florida; and the outlying areas supported by these commands
    Dept Of Defense
    The Department of Defense, through NAVFAC SYSCOM Southeast, is soliciting proposals for Base Operations Support (BOS) Services at Naval Station Mayport and Marine Corps Support Facility – Blount Island in Jacksonville, Florida. The contract encompasses a wide range of services including port operations, facility management, custodial services, pest control, utilities management, and environmental services, with a performance-based approach emphasizing quality and efficiency. This indefinite-quantity contract is expected to have a base period of one year with seven additional one-year options, totaling up to eight years, and will be awarded based on the best value to the government, considering both technical and price proposals. Interested contractors should submit their proposals by December 16, 2025, and direct any inquiries to Courtney Peterson at courtney.j.peterson3.civ@us.navy.mil or Cari Fiebach at cari.l.fiebach.civ@us.navy.mil.
    Base Operations Support (BOS) Services at Naval Air Station (NAS) Jacksonville, FL and Outlying Areas
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast (NAVFAC Southeast), is soliciting proposals for Base Operations Support (BOS) Services at Naval Air Station (NAS) Jacksonville, Florida, and its outlying areas. The procurement encompasses a wide range of services including facility management, utilities management, environmental services, and transportation, structured as a performance-based indefinite-quantity contract with a total duration of up to eight years, comprising one base year and seven option years. This contract is crucial for maintaining operational readiness and efficiency at the naval installation, ensuring compliance with various environmental and safety regulations. Interested small business concerns must submit their proposals by January 15, 2026, and can direct inquiries to Courtney Peterson at courtney.j.peterson3.civ@us.navy.mil or by phone at 904-860-5758.
    LEGACY LANDING CRAFT AIR CUSHION (LCAC) AND LCAC100 CLASS MAINTENANCE AND REPAIR SUPPORT
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking maintenance and repair support for the Legacy Landing Craft Air Cushion (LCAC) and LCAC100 class vessels. This procurement aims to ensure the operational readiness and longevity of these critical marine assets, which play a vital role in amphibious operations and logistics. A pre-solicitation conference will be held via Microsoft Teams on January 7, 2026, from 1:00 p.m. to 2:00 p.m. CST, where interested offerors must submit their intent to participate by January 6, 2026, at 10:30 a.m. CST. For further inquiries, contact Kathleen Stewart at kathleen.a.stewart23.civ@us.navy.mil or Frances Negron at frances.j.negron.civ@us.navy.mil.
    6BDE JCLC Manasota
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide comprehensive support services for the JROTC Cadet Leadership Challenge (JCLC) Manasota 2026, scheduled from June 1-5, 2026, in Bradenton, Florida. The contractor will be responsible for delivering all necessary personnel, equipment, supplies, and services, including lodging, nutritionally balanced meals, and training facilities for 250 cadets and 44 cadre, while ensuring a safe and compliant environment. This procurement is crucial for facilitating the leadership training of cadets and includes specific requirements such as medical support, various training facilities, and adherence to military regulations. Interested small businesses must respond to the Sources Sought Notice by December 17, 2025, with their qualifications and capabilities, and can contact Candice M. Hodges or Ranetta M. DeRamos for further information.
    Conference and accommodation Services in Buenos Aires Argentina
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Buenos Aires, is soliciting quotations for conference and accommodation services for the CLDC Conference scheduled from May 17-23, 2026. The procurement requires the provision of 50 sleeping rooms and various conference facilities, including specific room types, meeting space setups, refreshments, and audio/visual equipment. This opportunity is crucial for ensuring a successful and well-organized conference, facilitating international collaboration and dialogue. Interested vendors must submit their proposals electronically in English by November 28, 2025, and include completed forms and proof of SAM registration. For further inquiries, contact Timothy P. Dougherty or Marisol Pacheco at BNS-Procurement@state.gov.
    NECC Central Issue Facilities Programs
    Dept Of Defense
    The Department of Defense, through the Naval Supply Center (NAVSUP) Fleet Logistics Center (FLC) Norfolk, is seeking qualified 8(a) firms to provide Central Issue Facilities Support Services for the Navy Expeditionary Combat Command (NECC). The primary objective of this procurement is to obtain analytical and logistical product support management for three Central Issue Facilities (CIFs) located in Williamsburg, Virginia, and Gulfport, Mississippi, focusing on inventory management, customer support, and logistics analysis for Infantry Combat Equipment (ICE) and medical/dental materials. This contract is anticipated to be a firm-fixed-price type, with performance expected to commence around March 26, 2026, and will span five years, including one base year and four option years. Interested parties should submit their capabilities statements by December 18, 2025, to Sherell Brown at sherell.g.brown.civ@us.navy.mil and Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.
    USNS GUADALUPE FY26 Mid-Term Availability
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS GUADALUPE FY26 Mid-Term Availability contract. This procurement involves shipbuilding and repairing services, with a focus on non-nuclear ship repair, as indicated by the NAICS code 336611 and PSC code J999. The contract is crucial for maintaining the operational readiness of the USNS GUADALUPE, ensuring it meets the necessary standards for future missions. Interested parties should note that the request for comments (RFC) period has been extended to December 24, 2025, at 2:00 PM EST, with the solicitation closing date now set for January 8, 2026, at 3:00 PM EST. For further inquiries, potential bidders can contact Thomas White at thomas.l.white222.civ@us.navy.mil or call 757-341-5739.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    120-DAY SPECIAL TIME CHARTER WITH ONE 50-DAY OPTION JONES ACT
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a 120-day special time charter of a U.S. flagged, Jones Act qualified vessel to support operations at the Naval Surface Warfare Center Panama City Division. The vessel will be utilized for various at-sea operations, including the deployment and recovery of mines, towing vehicles, and housing data acquisition equipment, with specific requirements for operational capabilities such as a minimum transit speed of 20 knots and a 12-foot maximum draft. This procurement is critical for ensuring effective support of naval operations, and interested contractors must comply with various FAR and DFARS clauses, including labor standards and wage determinations. Proposals are due by the specified deadline, and for further inquiries, interested parties can contact David Anaya at david.c.anaya.civ@us.navy.mil or Christopher Tomlin at christopher.a.tomlin5.civ@us.navy.mil.
    2025 DoD Maintenance Symposium Industry Day: Regional Sustainment Framework Expansion (USCENTCOM)
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services, is hosting the 2025 DoD Maintenance Symposium Industry Day to discuss the expansion of the Regional Sustainment Framework (RSF) into the USCENTCOM theater. This initiative aims to enhance military readiness by bringing weapon system sustainment closer to operational areas, particularly in contested environments, and will feature one-on-one sessions for industry representatives to engage with DoD leaders regarding maintenance, repair, and overhaul (MRO) solutions. Companies interested in participating must submit a request packet detailing their capabilities and alignment with RSF goals by December 14, 2025, to the designated email address, as this event is not a solicitation but an opportunity for industry engagement. For further inquiries, interested parties can contact Chris L. Martinez at chris.l.martinez4.civ@mail.mil or James C. Carroll at james.c.carroll33.ctr@mail.mil.