Guam Army National Guard (GUARNG) Multiple Award Blanket Purchase Agreement (BPA) Family Programs Office (FPO) Yellow Ribbon Reintegration Program (YRRP) Child Care Services
ID: W911YU25QA012Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7QP USPFO ACTIVITY GU ARNGBARRIGADA, GU, 96913, USA

NAICS

Child Care Services (624410)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

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

    The Department of Defense, through the Guam Army National Guard (GUARNG), is seeking to establish Multiple Award Blanket Purchase Agreements (BPA) for Child Care Services under the Yellow Ribbon Reintegration Program. This procurement aims to support the GUARNG Family Programs Office by providing essential child care services, which are crucial for the well-being of military families during reintegration periods. The BPA will allow for a total of three vendors to be selected, with individual orders not exceeding $25,000 and a cumulative limit of $500,000 across all BPA Calls. Interested vendors should contact Austin Duenas at austin.j.duenas.civ@army.mil or Maelani Ellison at maelani.t.ellison.civ@army.mil for further details, as responses must be timely to avoid non-responsiveness.

    Files
    No associated files provided.
    Similar Opportunities
    Master Blanket Purchase Agreement (BPA) for Vehicle Rental in Country of Honduras
    Dept Of Defense
    The Department of Defense, through the 410th Contracting Support Brigade, is seeking qualified contractors to establish a Master Blanket Purchase Agreement (BPA) for the rental of commercial vehicles in Honduras. This procurement involves providing non-tactical vehicles, with or without drivers, along with all necessary personnel, equipment, and services to support Joint Task Force-Bravo at Soto Cano Air Base. The BPA will be a firm-fixed-price contract for a duration of five years, with a maximum ceiling value of $5,000,000, and requires compliance with both U.S. and Honduran regulations, including specific vehicle and driver qualifications. Interested parties should contact SSG Yanto Doko Sansima at yanto.d.dokosansima.mil@army.mil or Yesica M. Valladares at yesica.m.valladares.ln@mail.mil for further details and to ensure eligibility, as registration with the System for Award Management (SAM) is mandatory.
    Recruiting Personal Presentation Items BPA
    Dept Of Defense
    The Department of Defense, specifically the South Dakota National Guard, is seeking contractors to provide Personal Presentation Items (PPI) for its Recruiting and Retention Battalion through Blanket Purchase Agreements (BPAs). The procurement aims to supply items featuring South Dakota National Guard logos, which are essential for recruitment efforts and public representation. The BPAs will be established for a duration not exceeding five years, with the solicitation expected to be posted within a week of this presolicitation notice. Interested parties can reach out to Andrew Kennedy at andrew.j.kennedy16.civ@army.mil or by phone at 605-737-6731 for further details.
    North Carolina Army/Air National Guard Medical Laboratory Services BPA
    Dept Of Defense
    The Department of Defense, through the North Carolina Army/Air National Guard, is seeking vendors to provide Medical Laboratory Services via a Blanket Purchase Agreement (BPA). The contractor will be responsible for analyzing blood and urine samples collected by the Government, ensuring compliance with all relevant regulations, and delivering electronic test results within 48 hours. This procurement is critical for maintaining the health and readiness of National Guard personnel, and the contract will span a five-year period. Interested vendors must be registered in SAM.gov and submit their proposals, including pricing and technical capabilities, by the specified deadlines. For further inquiries, contact Amy Daniels at amy.b.daniels2.civ@army.mil or Ryan Heald at ryan.l.heald.mil@army.mil.
    Naval Hospital Guam-Agana Expanded Badge Readers and Alarm Systems
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole-source contract to G4S Security Systems (Guam), Inc. for the procurement and installation of a badge access system, duress alarm system, and bathroom panic button system at Naval Hospital Guam-Agana (NHGA). This acquisition is necessary to enhance security measures within the Mental Health Department/Crisis Stabilization Program, ensuring that the new systems are compatible with the existing WinPak security framework at the facility. The contract is set to be awarded with a delivery date of September 30, 2025, and interested vendors may submit capability statements to challenge the sole-source basis by August 28, 2025, via email to Cha-on P. Gordon at cha-on.p.gordon2.civ@health.mil. No telephone requests will be honored.
    Recruiting Station-Army Career Center - Dededo, Guam
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting lease proposals for approximately 1,000 to 1,200 gross rentable square feet of commercial retail storefront space in Dededo, Guam, for Armed Forces Recruiting purposes. The lease will be for a term of five years, requiring the lessor to provide essential services such as utilities, janitorial services, and adequate parking for government vehicles. This procurement is vital for establishing a functional recruiting center that meets specific accessibility, safety, and operational standards as outlined in the Request for Lease Proposals (RLP). Interested parties must submit their proposals electronically by December 31, 2025, to Amy L. Capwell at amy.capwell@usace.army.mil, and ensure compliance with all outlined requirements, including registration in the System for Award Management (SAM).
    UAS Drone Blue Cleared or Select lists compliant BPA
    Dept Of Defense
    The Department of Defense, specifically the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for Small Unmanned Aircraft Systems (sUAS) and associated repair parts. Interested vendors must be authorized distributors of drones listed on the Blue UAS Cleared or Select lists, which are compliant with current laws and validated as cyber-secure for Department of Defense operations. This procurement is crucial for meeting the evolving mission needs of DoD users and is set aside exclusively for small businesses, with no current funding available for proposal preparation. Interested parties should submit their responses electronically, including required documentation, to the designated contacts by referencing “FY25-30 Small Unmanned Aircraft System (sUAS) Blanket Purchase Agreement (BPA)” in the subject line.
    Supply Blanket Purchase Agreement (Hardware)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking multiple small businesses to enter into a Blanket Purchase Agreement (BPA) for general hardware and lumber supplies at Fort Drum, New York. Interested contractors must be located within a 30-mile radius of Fort Drum and must be able to accept Government Purchase Cards, with potential payments exceeding $10,000 processed through Wide Area Workflow (WAWF). This procurement is crucial for supporting the Department of Public Works at Fort Drum, and BPAs will be evaluated annually based on price, socio-economic status, past performance, and technical capabilities. Interested parties should contact Samara Johnson at samara.e.johnson.civ@army.mil or Ernie Ixtlahuac at ernie.a.ixtlahuac.civ@army.mil for inquiries, ensuring they are registered in the System for Award Management (SAM) prior to submission.
    Hotel Lodging BPA
    Dept Of Defense
    The Department of Defense, specifically the Oklahoma Air National Guard, is seeking proposals for a Blanket Purchase Agreement (BPA) for hotel lodging services from January 1, 2026, to December 31, 2030. The procurement aims to establish firm-fixed price agreements with lodging vendors to provide billeting services for its members, ensuring compliance with specific requirements such as competitive pricing, private baths, air conditioning, and daily housekeeping. This initiative is crucial for accommodating personnel during training and operational activities, with a maximum call limit of $350,000 per vendor. Proposals are due by December 16, 2025, at 10:00 AM CST, and interested parties must be registered in SAM and submit completed certifications. For further inquiries, contact Kurt A Ennis at kurt.ennis.4@us.af.mil or Timothy Clutter at timothy.clutter.1@us.af.mil.
    Greensboro Piedmont Academy Direct Care Services
    Health And Human Services, Department Of
    The Department of Health and Human Services (HHS), through the Administration for Children and Families (ACF), is seeking a contractor to provide direct care services for Unaccompanied Children (UC) housed temporarily at an Influx Care Facility (ICF) in Greensboro, North Carolina. The contractor will be responsible for delivering comprehensive supervision and care services, including medical, behavior management, safety, case management, nutritional, and recreational/leisure services to ensure the well-being of these children. This procurement is critical for maintaining continuity of care and support for vulnerable populations in HHS custody. Interested parties can contact Jhoonku (Jimmy) Jee at jhoonku.jee@acf.hhs.gov or 202-339-1290, or Dr. David Greaves at david.greaves@acf.hhs.gov or 202-993-6260 for further information.
    229th Chem Co Troutville Meals BPA
    Dept Of Defense
    The Department of Defense, through the Virginia Army National Guard, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for the delivery of prepared meals to the Roanoke Regional Readiness Center in Troutville, Virginia. The BPA will cover the provision of breakfast, lunch, and dinner meals for soldiers during home station activities, with a focus on high-quality, hearty meals prepared in accordance with U.S. Army standards and FDA guidelines. This opportunity is a total small business set-aside under NAICS code 311991, with a maximum ceiling of $350,000 and an ordering period from December 1, 2025, to September 30, 2031. Interested vendors must submit their proposals, including a completed price list and past performance references, by December 19, 2025, and can contact Matthew Guyer or David A. Pickard for further information.