Wounded Warrior Outreach and Resource Support Services-Synopsis/Draft RFP
ID: M0026426R0001Type: Special Notice
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 (RFP) M0026426R0001. The contractor will be responsible for providing comprehensive outreach and resource support services to approximately 35,000 wounded, ill, and injured Marines, Sailors, veterans, and their families, including program management, call center support, and field service support across various locations. This initiative is crucial for ensuring effective non-medical case management and resource advocacy, emphasizing strict adherence to privacy and confidentiality protocols. Interested parties must submit their proposals by the extended deadline, with inquiries directed 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, 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.
    Similar Opportunities
    Unmanned Maritime Systems Support (UMSS)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting proposals for Unmanned Maritime Systems Support (UMSS) under Request for Proposal (RFP) No. N6600126R0018. The procurement aims to provide comprehensive services including design, fabrication, integration, testing, and maintenance of unmanned maritime systems that support various U.S. Navy missions, such as explosive ordnance disposal and anti-submarine warfare. This contract is crucial for advancing the Navy's capabilities in both current and future maritime operations, with an anticipated award of multiple indefinite-delivery, indefinite quantity (IDIQ) contracts over an eight-year period. Interested firms should note that the RFP response deadline is extended to December 11, 2025, and for inquiries, contact Paige Miller at paige.r.miller5.civ@us.navy.mil or call 619-553-4386.
    Reservation System RFI
    Buyer not available
    The Department of Defense, through the Commander Navy Installations Command (CNIC), is seeking information from contractors regarding their capabilities to support the development and implementation of a modernized Morale, Welfare, and Recreation (MWR) Reservation System. This initiative aims to create a unified reservation process for over 12 million military-affiliated patrons across 300 bases, enhancing program efficiency and customer experience, particularly in areas such as vehicle storage, marinas, and recreational lodging. Interested contractors are invited to respond to the Request for Information (RFI) N4571A-25-I-0006, which outlines specific system requirements and capabilities, with responses due by October 16, 2025. For further inquiries, interested parties can contact Jasmyn Payne at jasmyn.m.payne.naf@us.navy.mil or by phone at 901-874-6931.
    Office of Small Business Programs Support Services - Amend 6
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for the Office of Small Business Programs Support Services under a Women-Owned Small Business (WOSB) set-aside. The contract aims to provide comprehensive operational and management support for the DHA's Office of Small Business Programs, including business execution, strategic communication, and mentor-protégé program support. This initiative is crucial for enhancing small business participation in defense acquisitions and ensuring compliance with relevant regulations. The contract, valued at up to $24,500,000, will have a base period from January 5, 2026, to January 4, 2027, with four additional one-year options, and proposals are due by December 19, 2025. Interested parties should direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil and Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.
    USNS MEGAR EVERS 2026 MTA
    Buyer not available
    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.
    Pre-Solicitation Notice for RPA Development and Training Support - N66001-25-R-0064
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, is preparing to solicit proposals for RPA Development and Training Support under the pre-solicitation notice N66001-25-R-0064. This procurement aims to enhance capabilities in the development and training of Remotely Piloted Aircraft (RPA), which are critical for various defense operations. The opportunity is set aside for Women-Owned Small Businesses (WOSB), emphasizing the government's commitment to supporting diverse business participation. Interested vendors can reach out to Derek Barnhart at derek.d.barnhart.civ@us.navy.mil or call 619-553-9097 for further details as they prepare for the upcoming solicitation.
    Unmanned Maritime Systems Support (UMSS)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Unmanned Maritime Systems Support (UMSS). This procurement aims to provide comprehensive services including design, fabrication, integration, testing, and maintenance of unmanned maritime systems that support various U.S. Navy missions, such as explosive ordnance disposal and anti-submarine warfare. The contract will likely result in multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with an eight-year ordering period, and the anticipated release of the final RFP is no earlier than October 15, 2025. Interested firms can find more information and updates on the solicitation by visiting the Procurement Integrated Enterprise Environment (PIEE) website or contacting Paige Miller at paige.r.miller5.civ@us.navy.mil.
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Intelligence, Surveillance, and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). This procurement aims to develop and field advanced ISR systems that enhance communication, surveillance, and security capabilities while addressing evolving threats, including support for unmanned systems related to chemical, nuclear, biological, and radiological elements. The anticipated contract will involve multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with a seven-year ordering period, and the final RFP is expected to be released no earlier than November 21, 2025. Interested parties can reach out to Carl Odom at carl.n.odom.civ@us.navy.mil or by phone at 619-553-4454 for further information.
    SEAL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of spare parts under the title "SEAL." This solicitation requires vendors to provide items that necessitate government source approval prior to award, and interested parties must submit their proposals along with the necessary documentation as outlined in the NAVSUP WSS source approval brochure. The procurement is critical for fleet support needs, and early and incremental deliveries are preferred to ensure timely fulfillment of government requirements. Interested vendors should direct their quotes and inquiries to Lara L. Szott at LARA.L.SZOTT.CIV@US.NAVY.MIL by the specified due date.
    Civilian Mariner Wireless Network (CivMar WiN) Installation and Sustainment Follow-on Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the Civilian Mariner Wireless Network (CivMar WiN) Installation and Sustainment Follow-on Contract, with operations based in Norfolk, Virginia. This procurement aims to extend the Request for Information (RFI) cutoff date for Notice ID N32205-26-SSN-CivMarWiN, allowing for additional input and engagement from interested parties. The CivMar WiN is crucial for enhancing communication and operational efficiency within the civilian mariner community, ensuring reliable network services. Interested vendors should note that the new RFI cutoff date is December 11, 2025, and can reach out to George Wiggins at george.w.wiggins2.civ@us.navy.mil or Dawn M. Brown at dawn.m.brown185.civ@us.navy.mil for further inquiries.
    BATTLEFIELD WOUND INFECTION PREVENTION AND TREATMENT (BWI P&T): BARRIER COMBINATION PRODUCT DEVELOPMENT
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is conducting market research for the development of a barrier combination product aimed at preventing and treating battlefield wounds and subsequent infections. This initiative, part of the Battlefield Wound Infection Prevention and Treatment (BWI P&T) program, seeks to identify commercial solutions that can effectively address the unique challenges of wound care in austere environments, where medical resources may be limited. The barrier combination product is expected to play a crucial role in a Family of Systems (FoS) approach, providing innovative solutions for both military and commercial applications in wound care. Interested parties are invited to submit their responses by January 20, 2026, at 2:00 PM Eastern, via email to the primary contacts, Jeanette Collins and Julie Burns, whose emails are provided in the opportunity overview. This RFI is for planning purposes only, and no contract will be awarded based on the responses received.