7A21 - Talkspace Application
ID: N0018924Q0913Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
    Description

    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking to award a sole source contract for the Talkspace mobile therapist application. This procurement aims to provide the Talkspace commercial therapist application to support Sailors and their dependents in achieving holistic health improvements, focusing on stress reduction, mental health support, and early identification of suicidal ideation. The contract is critical for enhancing the mental well-being of Navy personnel, with the solicitation number N0018924QZ0913 set to close on September 20, 2024, at 12:00 PM EST. Interested parties should submit their quotes via email to Dennis Aquino at dennis.a.aquino2.civ@us.navy.mil, and must be registered in the System for Award Management (SAM) to be eligible for consideration.

    Point(s) of Contact
    Dennis Aquino 215-697-3244
    dennis.aquino@navy.mil
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    7A21 - Headspace Application
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking to award a sole source contract for the Headspace mental health wellness mobile application. This procurement aims to provide the Headspace application to assist Sailors and their dependents in enhancing their mental health and wellness, as part of the Navy Culture and Resilience Office's initiatives. The contract will be awarded on a firm-fixed-price basis, with the solicitation number N0018924Q0912, and interested parties must submit their quotes by 12:00 PM Eastern Standard Time on September 20, 2024, to Dennis Aquino at dennis.a.aquino2.civ@us.navy.mil. The estimated size standard for this opportunity falls under the NAICS code 513210, with a small business size threshold of $47 million.
    Notice of Intent to Sole Source to MHS for EQ products
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to Multi-Health Systems Inc for the procurement of Emotional Quotient-Inventory 2.0 (EQ-i 2.0) products. This procurement aims to support the Navy Senior Leadership Seminar (NSLS), which serves approximately 250 senior Navy leaders annually and focuses on enhancing leadership effectiveness through emotional intelligence (EI) assessments. The EQ-i 2.0 products will provide participants with insights into their emotional awareness and management, facilitating customized professional development strategies and benchmarks for peer comparison. Interested parties may submit capability statements by September 24, 2024, and should direct inquiries to Amber Haverstick at 619-556-6619 or via email at amber.m.haverstick.civ@us.navy.mil.
    Naval Postgraduate School
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking to award a Firm, Fixed Price contract for specialized leadership training services at the Naval Postgraduate School (NPS). The procurement involves the co-design and implementation of two leadership workshops aimed at enhancing strategic communication and conflict management for 100 Supply Corps Waterfront leaders, specifically targeting junior officers. These workshops are critical for improving operational readiness within the Department of the Navy and are scheduled to take place in Fall 2024 and Spring 2025 in Norfolk, Virginia. Interested vendors must submit their quotes electronically to Nadia Misa by 10:00 AM EST on September 19, 2024, with the contract period extending from September 23, 2024, to September 22, 2025.
    R408 - Business Management Support Services (BMSS) for Navy Personnel, Manpower, and Training (PMT).
    Active
    Dept Of Defense
    The U.S. Navy is seeking proposals for a federal contract, R408 - Business Management Support Services (BMSS) for Navy Personnel, Manpower, and Training (PMT). This opportunity falls under the administrative and general management consulting services category. The primary purpose of this contract is to support the Navy's PMT office by providing business management services, including program management, administrative support, and technical assistance. The successful awardee will assist in managing and executing various PMT programs, enhancing the efficiency and effectiveness of Navy operations. The scope of work involves multiple key tasks. The awardee will be responsible for providing program management support, budget and financial management, personnel support, and training coordination. This includes assisting in developing and implementing procedures for these areas, as well as delivering comprehensive reports and presentations. The contract will require regular interaction and collaboration with Navy staff, ensuring seamless integration of services. To be eligible for this contract, applicants should possess a strong track record in administrative management, with specific experience in government or military environments being highly desirable. The Navy seeks a partner with a deep understanding of the unique demands and protocols of the public sector. Demonstrated ability in program management, strong communication skills, and data analysis expertise are also crucial. The contract is expected to be funded at around $7 million, with a potential period of performance of five years. The Navy anticipates awarding a fixed-price contract, with the option to extend based on performance and operational needs. Interested parties should submit their proposals before the stated deadline. It is anticipated that the evaluation process will focus on the applicant's technical approach, past performance, and cost-related factors. The Navy encourages applicants to include a detailed description of their qualifications, experience, and proposed solution. For clarification or questions, interested individuals and organizations should contact Alexis Montelone at alexis.montelone@navy.mil. This opportunity offers a chance to play a vital role in supporting the Navy's PMT office, and the successful applicant will contribute significantly to enhancing the Navy's operational capabilities.
    LinkedIn Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Fleet Forces Command (USFFC), is seeking proposals for LinkedIn services to enhance its electronic recruitment capabilities. The procurement aims to provide individualized account access for 14 HR staff members, enabling the management of 40 job announcements per month, access to a private resume repository, and analytical reporting on recruitment metrics. This initiative is crucial for filling civilian positions efficiently, targeting qualified former military personnel, and promoting a diverse workforce within the Navy. Interested vendors should contact Ivy Cuffee at ivy.cuffee@navy.mil or Samantha Miller at samantha.a.miller77.civ@us.navy.mil, with an estimated annual cost of $197,960 and a contract duration from September 30, 2024, to September 29, 2025, including an option for an additional year.
    RFI - Medical Modeling & Simulation Research Planning Tools (PT) Sustainment, Enhancement, and Application (SEA) Indefinite Delivery Indefinite Quantity (IDIQ)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Fleet Logistics Center Norfolk, is seeking qualified contractors for the RFI - Medical Modeling & Simulation Research Planning Tools (PT) Sustainment, Enhancement, and Application (SEA) Indefinite Delivery Indefinite Quantity (IDIQ) contract. The objective of this procurement is to enhance and sustain medical planning tools such as the Medical Planner’s Toolkit (MPTk) and the Joint Medical Planning Tool (JMPT), which are critical for military medical planners in assessing resource requirements and managing casualties in various operational scenarios. The contractor will be responsible for developing IT applications, creating a common user database, and implementing analytical methodologies, with work to be performed both on-site in San Diego, California, and remotely. Interested parties must submit a cover letter and capabilities statement by October 9, 2024, and should direct inquiries to Shaina M. Sollenberger or Gerald Bowne via their provided email addresses.
    Maintenance for fMRI software
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source contract to Nordic Neuro Lab, Inc. for maintenance services related to the existing NordicBrain software and hardware at Walter Reed National Military Medical Center (WRNMMC) in Bethesda, Maryland. This procurement aims to ensure ongoing support and maintenance of specialized medical software and hardware that are critical for the operations of the Radiology Department at WRNMMC. The contract will be awarded under the authority permitting Other than Full and Open Competition, with interested parties required to express their capabilities by 10:00 AM EST on September 19, 2024, via email to the primary contact, Ealed Nuru, at ealed.m.nuru.civ@health.mil, with a copy to Erica S. Oh at erica.s.oh.civ@health.mil.
    70--Splunk Enterprise renewal
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is planning to award a Sole Source Firm Fixed Price contract for the renewal of Splunk Enterprise 150GB a day support. This service is required by Naval Cyber Defense Operations Command and is used for cyber defense operations. The contract will be awarded to authorized resellers of Splunk Enterprise. The RFQ number for this procurement is N00189-17-T-0094. Interested vendors can download the complete RFQ package from the NECO Website. The NAICS code for this acquisition is 511210, Software Publishers, with a size standard of $38,500,000. This notice is not a request for competitive quotations, but all responsible sources may submit a quotation for consideration. Vendors must be registered in the SAM database to be eligible for award.
    Joint Interoperability Division (JID) Support Services Joint Tactical Operations (JTO) Interface Training Program
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the Joint Interoperability Division (JID) Support Services Joint Tactical Operations (JTO) Interface Training Program. This procurement aims to provide academic support services for the Joint Interoperability & Data Link Training Center (JID-TC), focusing on enhancing training and development for data link interoperability within the U.S. military and allied nations. The selected contractor will be responsible for delivering instructional support, maintaining curriculum, and enhancing operational capabilities related to Tactical Data Link (TDL) systems, with a performance period extending from December 2024 through December 2025. Proposals are due by September 23, 2024, with inquiries accepted until September 10, 2024. Interested parties should submit their proposals via email to Kevin Brennan at kevin.m.brennan21.civ@us.navy.mil, and must acknowledge the amendments to the solicitation as outlined in the attached documents.
    U--DMSS-N training for NAVIFOR
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, NAVSUP Fleet Logistics Center Norfolk, for DMSS-N training for Naval Information Forces (NAVIFOR). The training is intended to be conducted under a Firm Fixed Price contract using the procedures of FAR part 13. The requirement is brand-specific and will be solicited with Other Than Full and Open Competition. The resulting contract will be for a one-year period, starting on September 20, 2019, and ending on September 19, 2020. The NAICS code for this acquisition is 611420 with a size standard of $12 million. The complete RFP package will be available for download on or about September 5, 2019, on the NECO Website. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact the POC identified in the synopsis.