Wounded Warrior Outreach and Resource Support Services-Request for Proposal
ID: M0026426R0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDERQUANTICO, VA, 22134, USA

NAICS

Other Individual and Family Services (624190)

PSC

SOCIAL- OTHER (G099)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the Wounded Warrior Outreach and Resource Support Services under Request for Proposal M0026426R0001. This contract aims to provide comprehensive outreach and resource support to approximately 35,000 wounded, ill, and injured Marines, Sailors, veterans, and their families, including program management, call center support, and field service assistance across multiple locations. The contract will be awarded based on a Best Value Tradeoff process, emphasizing technical capabilities and past performance over price, with a base period of 12 months and four additional option periods. Interested parties must submit their proposals by January 6, 2026, and can direct inquiries to Bradley Hoover at bradley.hoover@usmc.mil or Cynthia Guthridge at cynthia.guthridge@usmc.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The M00264-26-R-0001 Question & Answer Document is a draft template for managing inquiries related to a government solicitation. It provides a structured format for contractors to submit technical, pricing, solicitation, and miscellaneous questions, along with references to specific sections of the Request for Proposal (RFP), such as the PWS section number, page, and paragraph. The document also includes designated spaces for the government to provide clear and concise answers, emphasizing that unclear questions may not be addressed. This document serves to facilitate clear communication and ensure all potential bidders have a comprehensive understanding of the solicitation requirements.
    The document "M00264-26-R-0001 WWR Outreach & Resource Support Services" is an RFP Attachment 2, specifically a Staffing Matrix. It outlines the required format and content for proposing personnel for a government contract. Offerors must provide detailed information for each proposed position, including company position name, DoL Labor Category Mapping (with Occupation Code and Title), minimum proposed qualifications (education, experience, certifications, and clearance level), and annual productive labor hours for the base and option periods. Key instructions emphasize that each proposed position must be entered singularly in a separate row, information must be no smaller than 10 pt Times New Roman, and additional tabs are prohibited. The document is designed to standardize the presentation of staffing proposals for government contracting in support of the PWS Task or Subtask.
    The document, 'Past Performance RFP Attachment 3 M00264-26-R-0001,' outlines the required format for offerors to submit up to three past performance records as part of a government Request for Proposal (RFP) evaluation. Each record requires detailed information across several categories: General Information (record/contract number, name, awardee, government POC, issuing agency, NAICS), Recency (start and end dates), Relevancy (scope and its direct mapping to the solicitation's PWS/SOW/SOO), Complexity (contract type, commercial/non-commercial, prime/subcontractor role, subcontracts managed, DD Form 254 requirements, and deliverables), Magnitude (total and annual value, FTEs), and Quality (CPARS rating or a completed Past Performance Questionnaire if CPARS data is unavailable). The document explicitly states that records without a contract/record number or only a solicitation number will not be considered. This structured approach ensures a comprehensive evaluation of an offeror's past performance in federal government contracting.
    The Marine Corps Installations National Capital Region-Regional Contracting Office (MCINCR-RCO) issued Past Performance RFP Attachment 3a (M00264-26-R-0001), a Past Performance Questionnaire (PPQ), to evaluate contractor performance for federal government RFPs, grants, and state/local RFPs. This PPQ, due by October 31, 2025, at 10:00 AM ET, requires assessors to provide detailed feedback on a contractor's past contract, focusing on scope, complexity, quality, schedule, management, and cost control. It uses a five-tier rating system (Exceptional to Unsatisfactory) with specific definitions for each level. Assessors must provide rationale for ratings and indicate any government contributions to problems. The document outlines sections for contract data, contact information, and specific evaluation criteria for various performance aspects, ensuring a comprehensive assessment of the contractor's capabilities.
    The RFP Attachment 4, titled "M00264-26-R-0001 WWR Outreach & Resource Support Services," outlines the basis of estimate, price matrix, and total evaluated price matrix for a government contract. The document details requirements for offerors to provide company position names, DoL labor category mapping, minimum and proposed qualifications (education, experience, certifications, clearance level), and annual productive labor hours/rates. The price matrix specifies monthly pricing for tasks such as Program Management, Call Center Support (Camp Lejeune and Camp Pendleton), and Field Service Support (Seattle, Jacksonville, Wichita, Orlando, and Minneapolis). It also includes a travel handling rate and pricing for an optional Phased Transition-In Plan. The total evaluated price matrix automatically calculates yearly costs for tasks 1-5, travel totals with handling rates, and the Transition-In Plan, emphasizing that these sections are not to be manually edited by the offeror. All pricing is limited to two decimal places, and information must be in 10pt Times New Roman font. The document serves as a template for bidders to submit their cost proposals for outreach and resource support services.
    The document outlines wage determinations under the Service Contract Act, detailing minimum wage requirements based on contract initiation dates and applicable executive orders, with specified rates for various occupations in the D.C. metropolitan area. It establishes criteria for worker benefits, including health and welfare provisions, vacation, and holidays, and outlines the conformance process for unlisted occupations in contracts. Additionally, it emphasizes compliance with federal regulations regarding paid sick leave and hazardous pay for specific job classifications.
    The M0026426R0001 solicitation outlines a non-personal services requirement for the United States Marine Corps Recovery Care Program (RCP), specifically for the Sergeant Merlin German Wounded Warrior Outreach and Resource Support Services. The contract aims to provide comprehensive outreach and assistance to approximately 35,000 wounded, ill, and injured (WII) Marines, Sailors attached to Marine units, veterans, and their family members throughout their recovery and transition to veteran status. This includes program management, call center support, satellite contact center support at Camp Lejeune and Camp Pendleton, and field service support in various locations. Key services involve non-medical case management, resource identification, referral, information distribution, and care coordination via Customer Care Representatives (CCRs), Non-Medical Case Managers (NMCMs), and Field Service Representatives (FSRs). The solicitation details staffing requirements, critical personnel qualifications, and deliverables, including monthly status reports and standard operating procedures. The contract is structured with a base period and four option periods, each for 12 months, covering program management, call center, contact center, field service support, and travel.
    The M00264-26-R-0001 Question & Answer Document addresses critical aspects of a government RFP, focusing on operational, technical, and pricing requirements for a call center contract. Key points include the transfer of incumbent call center phone numbers, the current use of a PBX telephony system and C3X CRM, and the Business Process Model and Notation (BPMN) as the Knowledge Management system. The document clarifies that a Wage Determination will likely accompany the solicitation, maintaining FAR 52.212-1 Addendum instructions. It also provides historical social media engagement data, clarifies government-provided training, and specifies average call handling times for CCRs and NMCMs. The government will provide GFE at installations but not dictate staffing ratios or level of effort, emphasizing performance-based solutions. Background investigations are limited to 10 due to cost and length, and past performance submissions require signed contract awards, CLIN/SLIN pricing, and the PWS/SOW in PDF format. The previous contract number was M0026421C0007.
    The document "M00264-26-R-0001 Question & Answer Document" outlines a structured format for submitting and addressing questions related to a government solicitation. It categorizes questions into Technical, Pricing, Solicitation, and Miscellaneous, requiring contractors to reference specific sections of the Request for Proposal (RFP), including PWS section, page, and paragraph numbers. The form emphasizes the need for clear and concise questions to ensure they are answered by the government. This document serves as a critical communication tool in the government procurement process, ensuring transparency and clarity between the soliciting agency and prospective contractors by facilitating a formal question-and-answer period.
    The document "M00264-26-R-0001 WWR Outreach & Resource Support Services" is an RFP Attachment 2, detailing a staffing matrix for proposed positions. It outlines requirements for contractors to provide information on Company Position Name, DoL Labor Category Mapping, Minimum Proposed Qualifications (Education, Experience, Certifications), DoL Occupation Code, and DoL Occupation Title. The matrix also requires annual productive labor hours for Base and Option Periods, linking positions to PWS Task or Subtask (specifically PWS 10. Security Requirements), and allowing for additional instructional information. The document emphasizes strict formatting, singular entry of proposed positions, and adherence to font size, aiming to standardize staffing proposals within a federal government RFP context.
    This document, "Past Performance RFP Attachment 3 M00264-26-R-0001," outlines the required format for offerors to submit past performance records for a government solicitation. It details the information needed for up to three separate past performance records, covering general information, recency, relevancy, complexity, magnitude, and quality. For each record, offerors must provide contract numbers, names, awardee details, government points of contact, and NAICS codes. Recency requires start and end dates. Relevancy focuses on mapping the scope of the past effort to the current solicitation's tasks. Complexity includes contract type, commerciality, prime/subcontractor role, subcontract management details, and DD Form 254 requirements. Magnitude covers total and annual values, along with FTEs. Quality mandates CPARS ratings or a completed Past Performance Questionnaire (PPQ) if CPARS data is unavailable. The government explicitly states that incomplete or incorrect record numbers will result in non-consideration during evaluation.
    The Past Performance Questionnaire (PPQ) M00264-26-R-0001 is an attachment to a federal government Request for Proposal (RFP) from the Marine Corps Installations National Capital Region-Regional Contracting Office (MCINCR-RCO). Its purpose is to gather performance history for contractors bidding on a contract. Assessors, who are government points-of-contact for a referenced contract, are required to complete Sections III through XI of the questionnaire and return it by November 3, 2025, 10:00 AM ET. The PPQ evaluates contractor performance across key areas: Quality of Performance, Schedule Performance, Management Performance, and Cost Control, using a rating scale from Exceptional to Unsatisfactory. It also prompts for detailed rationales and asks if government actions contributed to any identified problems. The document concludes with an overall performance rating and general comments.
    This government file, M00264-26-R-0001, outlines the "WWR Outreach & Resource Support Services" RFP, detailing the basis of estimate, price matrix, and total evaluated price matrix. It requires offerors to provide detailed cost breakdowns for labor, including minimum qualifications, education, experience, and certifications, mapped to DoL labor categories. The price matrix specifies monthly pricing for program management, call center support (including Camp Lejeune and Camp Pendleton), and field service support in various locations (Seattle, Jacksonville, Wichita, Orlando, Minneapolis). It also includes a travel handling rate and pricing for an optional phased transition-in plan. All pricing must be rounded to the nearest dollar and entered into the provided format, with strict adherence to font size and tab restrictions. The total evaluated price matrix automatically calculates annual costs for tasks and incorporates travel costs based on a government "plug" amount and the proposed handling rate, culminating in a total evaluated price.
    This government file is a wage determination for North Carolina, Onslow County, under the Service Contract Act. It outlines minimum wage rates for various occupations, adjusted annually by Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025. The document specifies fringe benefits including health & welfare, vacation, and eleven paid holidays. It also details special provisions for computer employees, air traffic controllers, and weather observers regarding night and Sunday pay. Hazardous pay differentials for working with ordnance, uniform allowance policies, and the conformance process for unlisted occupations are also included. The file ensures fair compensation and benefits for employees on federal service contracts, emphasizing compliance with labor regulations.
    This document outlines wage determinations and employee benefits under the Service Contract Act for various occupations in San Diego County, California. It specifies minimum wage rates based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, depending on contract award dates and renewals. The document details fringe benefits, including health and welfare ($5.55/hour or $5.09/hour with EO 13706), paid vacation (2-4 weeks), and eleven paid holidays. It also addresses special conditions like night and Sunday pay for air traffic controllers and weather observers, hazardous pay differentials, and uniform allowances. Procedures for conforming unlisted job classifications and wage rates are provided, emphasizing adherence to the “Service Contract Act Directory of Occupations” to ensure fair compensation and compliance.
    This government file, Wage Determination No. 2015-4281, Revision No. 32, issued by the U.S. Department of Labor, outlines the minimum wage rates and fringe benefits for service contract workers in the District of Columbia, specific Maryland counties (Calvert, Charles, Prince George's), and specific Virginia counties (Alexandria, Arlington, Fairfax, Falls Church, Fauquier, Loudoun, Manassas, Manassas Park, Prince William, Stafford). It details hourly rates for numerous occupations across various fields, including administrative, automotive, food service, health, information technology, and maintenance. The document specifies that contracts entered into on or after January 30, 2022, or renewed/extended on or after this date, are subject to Executive Order 14026, requiring a minimum wage of $17.75 per hour for 2025. Contracts awarded between January 1, 2015, and January 29, 2022, not renewed, fall under Executive Order 13658, with a minimum wage of $13.30 per hour for 2025. It also covers fringe benefits like health and welfare, vacation, and eleven paid holidays. Special provisions for computer employees, hazardous pay differentials, and uniform allowances are included. The conformance process for unlisted occupations is also detailed.
    This government file, likely a response to an RFP or RFI, details the operational metrics and organizational structure of the Wounded Warrior Call Center (WWCC), Contact Center East (CCE), and Contact Center West (CCW) from May 1, 2024, to May 31, 2025. It provides extensive data on outgoing and incoming call times, average call durations for various roles (Non-Medical Case Managers, Customer Care Supervisors, and Customer Care Representatives), and email metrics. The document also outlines the staffing for each center across different shifts, including supervisors and representatives. Additionally, it presents data on Field Support Representatives (FSRs), including their current and cumulative caseloads, average cases per FSR, and caseload ranges over the past year. The file clarifies that all "Call Time" columns are in minutes and defines acronyms used throughout the document, providing a comprehensive overview of call center performance and personnel deployment.
    This government Request for Proposal (RFP) outlines requirements for outreach and resource support services for the United States Marine Corps Recovery Care Program (RCP), specifically the Sergeant Merlin German Wounded Warrior Call Center (WWCC). The contractor will provide program management, call center support, and field service support to approximately 35,000 wounded, ill, and injured (WII) Marines, Sailors, veterans, and their families. Services include non-medical case management, resource identification, and advocacy, delivered via phone, email, text, and social media. The RFP details tasks for Customer Care Representatives (CCRs), Non-Medical Case Managers (NMCMs), and Field Service Representatives (FSRs) at various locations including Camp Lejeune, Camp Pendleton, Seattle, Jacksonville, Wichita, Orlando, and Minneapolis. Key deliverables include monthly status reports, quarterly newsletters, and demographics reports. The contract emphasizes strict adherence to privacy, confidentiality, and mandatory reporting protocols for critical situations.
    The document outlines a requisition for general-purpose laptops, issued by Michael Curley with contact information provided. It is associated with contract number M0026426R0001 and lists 17 line items for the same type of laptop, indicating a need for quantity rather than diversity in specifications. The attachment date is noted as September 4, 2025.
    This government solicitation amendment, M0026426R0001 0001, extends the offer due date to January 6, 2026. It revises the Performance Work Statement (PWS), specific FAR clauses (52.222-42, 52.212-1 Addendum), and RFP Attachments 2 (Staffing Matrix), 3a (Past Performance Questionnaire), and 4 (Price Workbook). The solicitation outlines detailed instructions for proposal submission, including format, content, and page limitations for four volumes: Administrative and Compliance, Technical, Past Performance, and Price. The Marine Corps Installations National Capital Region-Regional Contract Office (MCINCR-RCO) is seeking non-personal services for the Sergeant Merlin German Wounded Warrior Outreach and Resource Support Services, providing assistance to wounded, ill, and injured Marines, Sailors, and their families. The contract will have a 12-month base period and four 12-month option periods, awarded using a Best Value Tradeoff process, with non-price factors (Technical and Past Performance) being significantly more important than price.
    This document addresses 99 questions regarding an RFP for Wounded Warrior Call Center (WWCC) support, covering technical, pricing, and solicitation aspects. Key technical clarifications include FedRAMP certification for the call center solution, the proprietary nature of incumbent staffing numbers, and the requirement for contact centers at Camp Lejeune and Camp Pendleton to be manned on federal holidays. The government clarified that only contact center staff are authorized up to 50% telework, and specific historical data for social media and text message volumes were provided. Pricing questions clarified that the 30-day transition period is billable, and offerors must propose their own labor hours. Solicitation questions addressed the call center's time zone (Eastern Time), allowed PDF format for proposals, and reinforced page limits and past performance submission requirements, including the need for the offeror to have been a prime contractor on at least one past performance effort.
    The M00264-26-R-0001 WWR Outreach & Resource Support Services document is an attachment to a Request for Proposal (RFP) detailing the Basis of Estimate, Price Matrix, and Total Evaluated Price Matrix for a government contract. This revised attachment removes Option Period 5 inputs. It outlines the requirements for offerors to provide detailed cost breakdowns for labor, including Service Contract Labor Standard (SCLS) applicability, Department of Labor (DoL) occupation codes for professional services, and minimum qualifications. The document specifies pricing for various tasks such as Program Management, Call Center Support, and Field Service Support across multiple locations, on a per-month basis for a base period and four option periods. It also includes pricing for a travel handling rate and an optional phased transition-in plan. The Total Evaluated Price Matrix automatically calculates costs based on monthly pricing, travel, and an additional six-month option period (FAR 52.217-8), summing all costs for the entire contract duration.
    The document outlines the "WWR Outreach & Resource Support Services" Staffing Matrix, a revised attachment for RFP M00264-26-R-0001. This matrix is a critical component for offerors to detail proposed staffing for the contract. It mandates specific formatting, including a minimum 10 pt Times New Roman font and prohibits additional tabs. Key requirements include listing each proposed position singularly, providing company position names, and indicating SCLS applicability. For each position, offerors must map it to a DoL Labor Category (for professional services), provide the DoL Occupation Code and Title, and detail minimum proposed qualifications covering education, experience, and certifications. The matrix also requires specifying the PWS Task or Subtask, the Wage Determination Code for SCLS-applicable positions, annual productive labor hours for the base and all option periods, and any other necessary information from RFP 4.2.3, including security requirements. This structure ensures comprehensive and standardized submission of staffing plans for the RFP.
    This government file, M00264-26-R-0001, details the financial and pricing structure for the WWR Outreach & Resource Support Services contract, a revised Request for Proposal (RFP) attachment. It outlines the basis of estimate for labor costs, including provisions for Service Contract Labor Standard (SCLS) applicable positions and professional services, specifying requirements for Department of Labor (DoL) occupation codes, titles, education, experience, and certifications. The document also includes a price matrix for various tasks such as program management, call center support (Camp Lejeune and Camp Pendleton), and field service support in multiple locations (Seattle, Jacksonville, Wichita, Orlando, Minneapolis), along with travel handling rates and an optional phased transition-in plan. The total evaluated price matrix automatically calculates costs across base and option periods, including provisions for FAR 52.217-8 for an additional six-month option, emphasizing that all pricing inputs from the "Price Matrix" tab are automatically used for calculation and should not be edited on the total evaluated price tab. The document specifies formatting requirements and instructions for offerors regarding position entries and pricing.
    The Marine Corps Installations National Capital Region-Regional Contracting Office (MCINCR-RCO) issued Revised Past Performance RFP Attachment 3a, M00264-26-R-0001, a Past Performance Questionnaire (PPQ) for offerors. This document requests detailed contractor performance history to assess various aspects of previous contracts. Assessors must complete sections describing contract scope and complexity, and evaluate performance in quality, schedule, management, and cost control using a five-tier rating system (Exceptional to Unsatisfactory). Specific areas within each category, such as conformance to requirements, meeting milestones, management responsiveness, and cost efficiency, are to be individually rated. The PPQ also asks if government actions contributed to any identified problems. Completed questionnaires are due by January 6, 2026, at 10:00 AM ET, to bradley.hoover@usmc.mil and cynthia.guthridge@usmc.mil, with a specified subject line. This document is crucial for evaluating a contractor's past performance to inform future contract awards.
    Similar Opportunities
    Traumatic Brain Injury Center of Excellence Warfighter Brain Health Research and Translation Support Services
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the Traumatic Brain Injury Center of Excellence (TBICoE) Warfighter Brain Health Research and Translation Support Services under Solicitation Number HT001426RE001. The contractor will be responsible for providing personnel, equipment, and expertise to support TBICoE's mission of advancing research and clinical standards related to traumatic brain injuries (TBI) for military personnel and veterans. This initiative is crucial for addressing the increasing prevalence of TBI within the military, particularly in light of recent combat experiences and training-related exposures. Interested parties should direct inquiries to John A. Cowgill at john.a.cowgill4.ctr@health.mil or Sou J. Walls at sou.j.walls.civ@health.mil, with proposals due by December 30, 2025, and a contract value structured as Cost Plus Fixed Fee with four optional extension periods.
    Unmanned Maritime Systems (UMS) Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is soliciting proposals for Unmanned Maritime Systems (UMS) support under the Seaport NxG Multiple Award Contract (MAC), designated as N6133126R3102. This opportunity is exclusively available to holders of the Seaport MAC and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The UMS support is critical for enhancing naval operations and capabilities, reflecting the increasing importance of unmanned systems in maritime environments. Interested parties must submit their responses via the PIEE Solicitation Module by January 16, 2026, at 4 PM CST. For further inquiries, contact Melissa Ryan at melissa.m.ryan12.civ@us.navy.mil or Matthew Hammond at matthew.a.hammond4.civ@us.navy.mil.
    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.
    MAK VT SWM
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for software and maintenance services under the solicitation N0017826Q6657. The procurement focuses on obtaining maintenance renewals for VR-Link Run-Time, VR-Vantage, and SensorFX software, which are critical for ensuring compatibility with existing shipboard systems and minimizing procurement delays. This opportunity is not set aside for small businesses, and only authorized resellers are eligible to submit quotes, with a firm fixed-price contract anticipated to be awarded by February 6, 2026. Interested parties must submit their proposals by January 6, 2026, and can direct inquiries to Jessica Gallagher at jessica.b.gallagher2.civ@us.navy.mil or by phone at 540-742-4098.
    PROPELLER REPAIR IDIQ N64498-24-RFPREQ-PD-42-0004
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the NSWC Philadelphia Division, is soliciting proposals for a Propeller Repair Indefinite Delivery Indefinite Quantity (IDIQ) contract, identified as N64498-24-RFPREQ-PD-42-0004. This procurement aims to secure engineering services focused on the maintenance, repair, and rebuilding of mechanical power transmission equipment, particularly propellers. The successful contractor will play a crucial role in ensuring the operational readiness and performance of naval vessels by providing essential repair services. Interested parties should reach out to Derek Diep at derek.w.diep.civ@us.navy.mil for further details and to access the attached solicitation and supporting documents.
    RDTE Program Technical Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the NAVFAC Systems and Expeditionary Warfare Center, is soliciting proposals for technical services related to its Research, Development, Testing, and Evaluation (RDT&E) program. The contractor will provide essential support focused on Navy-driven research needs concerning at-sea compliance and permitting, ensuring uninterrupted training and testing in accordance with relevant environmental laws and regulations. This opportunity is set aside for Women-Owned Small Businesses (WOSB) and includes a base contract period of one year with four additional option years, with proposals due by January 6, 2026. Interested vendors should contact Nicole Mendes at nicole.mendes@navy.mil or Ryan J. Kenniff at ryan.j.kenniff.civ@us.navy.mil for further details.
    RFI - Commercial Solutions Opening: Tactical Oceanography Supporting Full-Spectrum Undersea Warfare
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC), is seeking proposals for the Tactical Oceanography Supporting Full-Spectrum Undersea Warfare initiative, aimed at enhancing military capabilities through innovative prototyping efforts. This opportunity invites both traditional and nontraditional defense contractors to develop new environmental sensors and information systems that improve operator situational awareness and performance of existing undersea warfare systems. The anticipated funding for prototype projects may reach up to $20 million, with a competitive solicitation process expected to begin in mid-February 2026, and proposals due by February 6, 2026. Interested parties should direct inquiries to Julianna Ricci at julianna.b.ricci.civ@us.navy.mil or call 401-832-5617 for further information.
    USS DEWEY DDG105 FY26 6C1 SRA(d) Bundle #5 Chief of Naval Operation Availability Yokosuka Japan
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Chief of Naval Operation Availability (CNO) of the USS DEWEY (DDG-105) as part of its FY26 6C1 Selected Repair Availability (SRA(d)) Bundle 5. The procurement involves comprehensive ship repair and maintenance tasks, including twenty-two specific Task Group Instructions (TGIs) that encompass various overhaul, preservation, and replacement work on board the vessel. This contract is critical for ensuring the operational readiness and maintenance of naval assets, with the performance period scheduled from March 30, 2026, to September 7, 2026, at the Commander, Fleet Activities Yokosuka Naval Base. Interested contractors must submit their proposals by January 8, 2026, to Takayo Shiba at takayo.shiba.ln@us.navy.mil, and are encouraged to review the detailed requirements and specifications provided in the solicitation documents.
    V47 Waterfront Operations
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA) Naval Surface Warfare Center, Carderock Division (NSWCCDDN) Detachment Norfolk, is seeking contractor support for Waterfront Operations at Naval Station Norfolk in Virginia. The procurement encompasses a range of services including transition, program management, operations management, safety compliance oversight, operation of small watercraft, industrial maintenance and repair, as well as Research and Development, Test and Evaluation project support. These services are critical for maintaining operational readiness and safety compliance within naval operations. Interested contractors should note that the Request for Proposal (RFP) has been updated to N0016726R0003, with an extended submission deadline of January 30, 2026. For further inquiries, potential bidders can contact Michael Rossik at michael.e.rossik.civ@us.navy.mil or Xenia Lira at caroline.x.lira.civ@us.navy.mil.
    Q201--CCN-Next Gen Medical
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the Community Care Network (CCN) Next Generation (Next Gen) Medical Indefinite Delivery Indefinite Quantity (IDIQ) contract, aimed at providing comprehensive healthcare services to Veterans through a network of licensed providers. This procurement includes a range of services such as medical, surgical, pharmacy, and durable medical equipment, with a focus on ensuring timely and quality care for Veterans while adhering to established performance standards. The contract is significant for enhancing the VA's ability to deliver healthcare services efficiently and effectively, with a maximum aggregate value of $700 billion over a 10-year period. Interested parties must submit their proposals by March 16, 2026, with a pre-proposal conference scheduled for January 22, 2026, and inquiries directed to Contracting Officer Jessica Portillo at jessica.portillo1@va.gov.