Search Contract Opportunities

R699 - Facility for Retreats within 45 miles of the Washington Navy Yard, DC 20374

ID: N0018925QG059 • Type: Synopsis Solicitation

Description

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures as supplemented with the additional information included in this notice. This combined synopsis/solicitation SHALL be posted on both SAM.gov and NECO (https://www.neco.navy.mil/). The RFQ number is N0018925QG059. It is the responsibility of the vendor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far and https://www.acquisition.gov/dfars. The NAICS code is 721110 and the Small Business Standard is $40,000,000. The requirement is 100 percent Small Business set aside and the Small Business Office concurs with the set-aside determination. CREDO is a Secretary of the Navy Flagship program which has a 45-year history of proactively delivering a specialized pastoral/spiritual care to address issues affecting readiness and resilience. Retreat facilities that can support a Personal Resiliency Retreat (PRR) and Marriage Enrichment Retreats (MER) lie at the core of NDW CREDO's mission that provides CREDO pastoral care programs which sustain the Fleet, enable the War Fighter, and support their Families. The facility shall be within 45 miles of the Washington Navy Yard, DC 20374 and on the approved list of hotels and motels for federal travelers available at https://apps.usfa.fema.gov/hotel/. The facility shall be suitable to provide one (1) meal (dinner) on Friday, two (2) meals (breakfast and lunch) on Saturday, one (1) meal (breakfast) on Sunday, one large, carpeted meeting room to hold 28 people in a semi-circle seating arrangement. 14 individual rooms (includes 11 participant couples and 3 facilitators), minimum king-sized bed for MERS and minimum two queen beds for PRRs, with a private bath, Wi-Fi and/or internet access, and smoke free with air conditioning and heating. Period of Performance dates are 30 May 2025 to 01 June 2025 (MER) 25 July 2025 to 27 July 2025 (MER) 31 October 2025 to 02 November 2025 (PRR) 21 November 2025 to 23 November 2025 (MER) Quotes must be submitted via email to kirsten.n.taylor.civ@us.navy.mil by March 20, 2025, at 1100 a.m. EST. If there are any questions, please contact Ms. Kirsten Taylor who can be reached at email kirsten.n.taylor.civ@us.navy.mil. The Government will award on the basis of price unless the contracting officer is aware of past performance information related to the low price quote/offer which indicates that quote/offer may not represent best value. In that case, the Government reserves the right to consider the past performance of other quotes/offers, conduct a price, past performance tradeoff, and award to other than the lowest price quote/offer. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. DO NOT SUBMIT QUOTES THROUGH THE NECO SYSTEM. SEND DIRECTLY TO EMAIL AT kirsten.n.taylor.civ@us.navy.mil.

Overview

Response Deadline
March 20, 2025, 11:00 a.m. EDT Past Due
Posted
March 13, 2025, 4:19 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Within 45 miles of the Washington Navy Yard, DC 20374, , 20374 United States
Source
SAM

Current SBA Size Standard
$40 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Est. Value Range
$40,000,000 (value based on agency estimated range)
Signs of Shaping
The solicitation is open for 6 days, below average for the NAVSUP Fleet Logistics Center Norfolk. 70% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 3/13/25 NAVSUP Fleet Logistics Center Norfolk issued Synopsis Solicitation N0018925QG059 for R699 - Facility for Retreats within 45 miles of the Washington Navy Yard, DC 20374 due 3/20/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 721110 (SBA Size Standard $40 Million) and PSC R699.
Primary Contact
Name
Kirsten Taylor 000-000-0000 Email is the preferred method of communication.
Phone
None

Documents

Posted documents for Synopsis Solicitation N0018925QG059

Question & Answer

Contract Awards

Prime contracts awarded through Synopsis Solicitation N0018925QG059

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation N0018925QG059

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N0018925QG059

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N0018925QG059

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSUP > NAVSUP GLOBAL LOGISTICS SUPPORT > NAVSUP FLC NORFOLK > NAVSUP FLT LOG CTR NORFOLK
FPDS Organization Code
1700-N00189
Source Organization Code
500021468
Last Updated
April 4, 2025
Last Updated By
kirsten.n.taylor.civ@us.navy.mil
Archive Date
April 4, 2025