Opportunity

SAM #N0018926QD065

Navy Recruiting Command Seeks Boy Scouts of America Sponsorship for National Scout Jamboree

Buyer

NAVSUP FLC Norfolk

Posted

May 05, 2026

Respond By

May 07, 2026

Identifier

N0018926QD065

NAICS

813410, 541810, 541850

NAVSUP Fleet Logistics Center Norfolk is seeking sponsorship and exhibition services from Boy Scouts of America to support Navy Recruiting Command outreach at the National Scout Jamboree. - Government Buyer: - Department of the Navy, Navy Recruiting Command, NAVSUP Fleet Logistics Center Norfolk - OEM/Vendor: - Boy Scouts of America (sole source) - Products/Services Requested: - Sponsorship services for the Boy Scouts of America National Scout Jamboree - Includes a 75'x75' military field, branding, marketing activations, lead collection, VIP tickets, and advertising across Scout Life and Scouting magazines - Exhibit space, promotional materials, signage, streamed videos, business cards, giveaways, hospitality suite access, logo inclusion on Jamboree website/app, digital and print advertisements, and participation in promotional programs - Outreach to over 40,000 event attendees - Unique/Notable Requirements: - Sole source procurement due to exclusive access and proprietary event rights held by Boy Scouts of America - Sponsorship must be performed at the National Scout Jamboree, Summit Bechtel Reserve, Glen Jean, WV - Delivery and coordination with Navy Recruiting Command, Millington, TN - Period of Performance: - July 22-31, 2026, covering the duration of the National Scout Jamboree event

Description

The Contracting Department, NAVSUP Fleet Logistics Center (FLC) Pentagon Directorate, intends to solicit a firm fixed price purchase order for the procurement of Boy Scouts of America Sponsorship for the Navy Recruiting Command (NRC) utilizing the procedures under FAR Part 12, Commercial Products and Services The Government intends to solicit and negotiate with only one source, Boy Scouts of America (CAGE: 3E324). The authority for restricting competition is FAR 12.102(a) and statutory authority 41 USC 1901, only one responsible source and no other supplies or services will satisfy agency requirements.

This is a combined synopsis/solicitation for commercial service in accordance with the information in FAR Subpart 12.2. This announcement constitutes the only solicitation; and a written solicitation will not be issued. This combined synopsis/solicitation will be available for download on or about 05 May 2026 under Request for Quotation (RFQ) number N0018926QD065 at the following website: https://sam.gov/

This solicitation documents and incorporates provisions and clauses in effect through FAC 2026-01 and DFARS Change 11/10/2025. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses are available in full text at the following addresses: https://www.acquisition.gov/ and https://www.acquisition.gov/dfars . This requirement will result in a Firm-Fixed-Price purchase order under NAICS 813410. The Business Size standard is 9.5 (millions of dollars).

Line Items/Quantity/Unit of Issue: Please see N0018926QD065.pdf

Delivery information

Delivery POC: Government points of contact to be determined prior to award.

Performance/Delivery: Performance is anticipated to occur at the contractor’s facility unless otherwise specified in the Statement of Work (SOW). The anticipated period of performance is July 22, 2026 - July 31, 2026; Unless otherwise specified in the Statement of Work (SOW).

Responsibility and Inspection: FOB Destination applies. Unless otherwise specified in the resultant purchase order, the contractor is responsible for the performance of all inspection requirements and quality control.

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. For assistance call 866-606-8220 or visit the Federal Service Desk website at http://www.fsd.gov

Clauses and Provisions: The following provisions and clauses apply to this solicitation: 52.212-1 - Instructions to Offerors - Commercial Products and Commercial Services 52.212-4 - Contract Terms and Conditions - Commercial Products and Commercial Services 52.212-5 - Contract Terms and Conditions Required to Implement to Statutes Or Executive Orders - Commercial Items

This announcement will close on 07 May 2026 at 12pm EST. Responses should be submitted via email to Ian Tupaz at ian.j.tupaz.civ@us.navy.mil

Additional contract requirements, terms, and conditions determined by the contracting officer to be necessary for this acquisition are provided in the attached documentation.

Interested persons may submit a capability statement by the specified response date. This notice of intent is not a request for quotes from any source other than Boy Scouts of America (CAGE: 3E324). However, the Government will consider information received by the specified response date. Information received as a result of this notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed procurement action based upon responses received is solely within the discretion of the Government. The Government will not pay for information submitted in response to this notice. Only Boy Scouts of America (CAGE: 3E324) is eligible for award consideration under this solicitation.

Acceptable formats for any quote attachments include PDF, Microsoft Word or Excel. The anticipated award date is Friday, 08 May 2026.

******* End of Combined Synopsis/Solicitation ********

View original listing