Request for Proposal - Materiel Fielding and Medical Liaison Support Services
ID: RFP_SMD_FieldingType: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG NATICKNATICK, MA, 01760-5011, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 17, 2025, 12:00 AM UTC
  3. 3
    Due Apr 28, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is seeking proposals for Materiel Fielding and Medical Liaison Support Services under solicitation number W911QY25RA001. The procurement aims to enhance Army medical readiness through comprehensive management, procurement, and distribution of medical equipment and supplies, ensuring operational support for military personnel. This initiative is critical for maintaining healthcare capabilities within the Army, with a performance period spanning from July 3, 2025, to July 2, 2026, and options for additional years. Interested parties must submit their proposals by April 21, 2025, and can direct inquiries to Patrick Wallace at patrick.j.wallace3.civ@army.mil or Trisha Scott at trisha.r.scott.civ@army.mil.

Point(s) of Contact
Files
Title
Posted
Mar 14, 2025, 12:04 AM UTC
The Performance Work Statement (PWS) outlines the requirements for support services needed by the Project Manager Soldier Medical Devices (PM SMD) under the Program Executive Office Soldier (PEOS). The primary objective is to provide maternal fielding and medical liaison support across the Force Integration Division at Fort Detrick. Services entail procurement, distribution, and management of medical equipment and materiel, along with detailed logistics, transportation coordination, and medical liaison operations. Key service areas include program management, management analysis, logistics analysis, and monthly reporting of progress and efficiency. The contractor is required to coordinate with multiple stakeholders, perform technical assistance, and adhere to federal regulations throughout the contract period. There is an emphasis on mitigating potential organizational conflicts of interest and a clear structure for contractor personnel management and transition planning. Deliverables are specified, including monthly progress reports, analysis reports, and plans for emergency operations, ensuring a consistent flow of operations and accountability. The contract reflects the Department of Defense's commitment to maintaining medical readiness and effective logistics support for all military components, ensuring optimal healthcare delivery during operations.
Apr 1, 2025, 5:04 PM UTC
The Performance Work Statement details the requirements for the Program Executive Office Soldier (PEOS), specifically for the Project Manager Soldier Medical Devices (PM SMD) to provide Materiel Fielding and Medical Liaison Support Services. The primary objective is to enhance medical material readiness within the operational Army, involving the procurement, management, and distribution of military medical equipment and supplies. The contractor will be responsible for various tasks including program management, logistics analysis, medical liaison services, and transportation coordination. Key deliverables include monthly progress reports, fielding analysis reports, and transition plans to ensure smooth operations during changes in contract support. The document outlines specific tasks like executing fielding missions, preparing reports, and maintaining communication with various units and stakeholders. It also emphasizes the non-personal nature of the services, the importance of organizational conflict of interest mitigation, and the necessity for contractor personnel to have appropriate security clearances. The outlined services will take place primarily at Fort Detrick and other specified military installations. The structure of the document includes sections on objectives, performance expectations, deliverables, and compliance requirements, reflecting its purpose as a clear guideline for contractors seeking to fulfill federal support needs in military medical operations.
Apr 1, 2025, 5:04 PM UTC
The Performance Work Statement (PWS) for the Project Manager Soldier Medical Devices (PM SMD) under the Program Executive Office Soldier outlines requirements for Materiel Fielding and Medical Liaison Support Services. The contractor is to support optimal healthcare and medical readiness for the U.S. Army across various tasks including the procurement, distribution, and management of medical materials, as well as training and technical assistance. Key objectives include collaborating with PM SMD and stakeholders to enhance medical material readiness, managing logistics and medical liaison support, and facilitating transportation coordination. The contract hinges on the identification and mitigation of organizational conflicts of interest while assuring compliance with Federal regulations. Deliverables include numerous reports, transition plans, and training certifications tied to a structured timeline. Services are designated as non-personal and severable, and key personnel qualifications are outlined for successful task execution. The emphasis on communication, adherence to established guidelines, and effective management underscores the responsibilities of the contractor in supporting Army operations. Overall, the PWS illustrates the need for comprehensive logistical and medical support in Army missions, reflecting the critical nature of these services in maintaining operational readiness.
Apr 7, 2025, 9:04 PM UTC
The Performance Work Statement (PWS) outlines the requirements for contractor support services for the Project Manager Soldier Medical Devices (PM SMD) under the Program Executive Office Soldier (PEO Soldier). The primary objective is to provide medical materiel fielding and liaison support to the Army, focusing on logistics operations from procurement to distribution of medical equipment. Key tasks include program management, logistics analysis, transportation coordination, and administrative support for various divisions at military installations, primarily Fort Detrick, MD, and across other Army bases. The contractor is responsible for facilitating medical readiness by ensuring timely and effective materiel support, providing training, managing inventory, and coordinating with relevant stakeholders. The document emphasizes the importance of compliance with military regulations, addressing potential conflicts of interest, and establishing operational continuity during emergencies. Additionally, it lists expected deliverables, including monthly progress reports, logistics assistance reports, and after-action reports for materiel fielding missions. This PWS illustrates the complex interdependencies within military operations and the critical role of contractors in enhancing the operational capabilities of the Army through effective management and logistical support. The structured approach ensures accountability, expertise, and readiness to respond to varying operational demands.
Apr 17, 2025, 9:08 PM UTC
The Performance Work Statement details the requirements for the Project Manager Soldier Medical Devices (PM SMD) regarding Materiel Fielding and Medical Liaison Support Services. The main objective is to provide comprehensive medical materiel support to U.S. Army components, ensuring optimal healthcare and readiness. Key activities include procurement, assembly, distribution of medical equipment, logistics analysis, transportation coordination, and management of medical materiel inventory. The contractor is expected to offer personnel for various support roles stationed primarily at Fort Detrick and other military facilities. Required deliverables include monthly progress reports, fielding analysis reports, and a surge plan for unforeseen increases in operational tempo. The document also addresses organizational conflict of interest concerns, emphasizing the importance of impartiality and compliance with federal regulations. Overall, this RFP outlines the necessary support services critical to maintaining the operational readiness of medical logistics for the Army while ensuring adherence to governmental standards and procedures.
The Performance Work Statement outlines the Project Manager Soldier Medical Devices (PM SMD) requirement for Materiel Fielding and Medical Liaison Support Services aimed at enhancing Army healthcare readiness. PM SMD supports all Army components through procurement, assembly, and distribution of medical equipment and materiel. The contractor will provide various services, including program management, logistics analysis, and medical liaison support, primarily at Fort Detrick, MD, with additional sites as needed. Key objectives focus on augmenting material fielding and medical liaison services to ensure operational readiness. The contractor must maintain compliance with federal regulations while managing personnel, logistics, and medical materiel. Deliverables include monthly progress reports, logistics assistance reports, and fielding analysis, among others. The document emphasizes organizational conflicts of interest (OCI) management and outlines necessary qualifications for personnel, mandating a security clearance. The plan ensures efficient contractor performance and adherence to Army standards, highlighting the importance of data management and mission support. By integrating information systems, the contract aims to optimize resources and enhance operational capabilities. Overall, this initiative reflects the government's commitment to supporting military health logistics efficiently.
Apr 17, 2025, 9:08 PM UTC
The document is an Organizational Conflict of Interest (OCI) Certification related to the solicitation W911QY-25-R-A001 from the Program Executive Office Soldier, Soldier Medical Devices (PEOS, SMD). It defines three categories of requirements—Internal Support, Program and Administrative Support, and Product Support—to identify and mitigate OCIs, as per FAR Subpart 9.5. The contract under discussion is categorized as Product Support, which involves minimal access to sensitive procurement information and entails less potential for OCI. Contractors are required to perform a comparative analysis of their current and previous work if they seek to operate in different OCI categories. If a real or perceived OCI is identified, a Mitigation Plan must be attached to their proposal. Offerors must certify their OCI status by choosing whether a conflict exists and must provide OCI training for all personnel involved in the contract. Violations of OCI restrictions can lead to severe penalties, including contract termination. The processes outlined are designed to uphold fair competition while ensuring government interests are protected. This OCI Certification is crucial for maintaining integrity and transparency in government procurement processes across various contracting activities.
The document outlines a Request for Proposal (RFP) detailing labor categories, estimated hours, and program management for a logistics and materiel fielding initiative spanning from July 2025 to July 2030. The contract includes four option periods, each lasting 12 months, with an estimated total of 470,000 hours of work across various roles, including key positions like Program Manager III and Management Analyst-Middle. Locations for the roles include Frederick, MD, and several military bases, indicating a significant focus on logistics assistance and operational support. Detailed labor categories range from administrative assistants to logistics analysts, reflecting a tiered skill set with minimum education and experience requirements. The emphasis is on efficiency, data interpretation, and inventory management within logistics, suggesting a goal to optimize workflows and enhance productivity. The contractor is expected to implement innovative management techniques and effectively communicate across teams. The overall purpose is to solicit proposals from qualified vendors capable of meeting these operational needs while adhering to federal contracting guidelines.
The document outlines a Request for Proposal (RFP) detailing the labor requirements and position descriptions for a contract associated with Materiel Fielding, spanning four option periods from July 3, 2025, to July 2, 2030. Each period consists of 12-month performance periods (PoP), with an estimated total of 470,000 hours for various labor categories. Key personnel include Program Managers and Management Analysts, with extensive hours dedicated across multiple military locations such as Frederick, MD, Ft. Detrick, and several others in the U.S. and overseas. The document specifies detailed responsibilities for Logistics Analysts at various levels, highlighting their roles in enhancing logistics workflows, supply chain management, and data handling. The contractor is expected to ensure efficient operational procedures, adhering to Service Contract Act requirements where applicable. This RFP serves as a strategic procurement initiative by the federal government to enhance logistics and operational support through skilled labor, ensuring comprehensive delivery of services required for military readiness and efficiency.
The document outlines the projected staffing needs and labor categories for a federal contract concerning Materiel Fielding over four option periods, from July 3, 2025, to July 2, 2030. Each period consists of 12 months and includes estimates of full-time equivalent (FTE) hours required for various positions. Key roles highlighted include Program Managers, Management Analysts, and Logistics Analysts stationed primarily at different military locations, including Ft. Carson, JB Lewis-McChord, and various sites in Germany. Each position is allocated 1,880 hours except for select Logistics Analyst III roles, which comprise larger total estimates due to multiple requirements. The total estimated hours across all periods sum up to 470,000. Special notes indicate positions marked with asterisks are considered key personnel and may adhere to Service Contract Act regulations regarding wage determinations. This document serves to inform potential vendors about staffing expectations and compliance requirements for the RFP related to Materiel Fielding operations.
This government file outlines a multi-year task order contract covering personnel needs for Materiel Fielding, with a base period starting July 3, 2025, through July 2, 2030. The contract features a total estimated 460,600 hours, segmented into four option periods, each lasting 12 months. Key labor categories include Program Managers, Logistics Analysts, Management Analysts, and Administrative Assistants, with specified hours for each role at various locations, including Frederick, MD, Ft. Carson, and Germany. The document emphasizes significant positions marked with an asterisk as Key Personnel and notes that positions may fall under the Service Contract Act, influencing wage determinations. Overall, this RFP aims to ensure adequate staffing and resource allocation for effective logistics and management support in military operations.
Apr 17, 2025, 9:08 PM UTC
The PEOS, PM SMD Contractor Non-Disclosure Agreement outlines obligations concerning the handling of sensitive and proprietary information accessed by contractors working with the Program Executive Office – Soldier. Signers, whether employees or subcontractors, commit to protecting sensitive data that can impact national interests, including financial and technical information related to government contracts. The document emphasizes the necessity for a Secret-level security clearance and mandates adherence to specific regulations for safeguarding information. It specifies that obligations continue indefinitely beyond employment, with exceptions for public domain disclosures or prior approvals. The aim of this agreement is to ensure confidentiality and the proper handling of sensitive information during contract execution, aligning with government standards for risk management and national security. Violations may lead to legal repercussions, underscoring the seriousness of the agreement's terms and the importance of safeguarding government interests.
Apr 17, 2025, 9:08 PM UTC
The document appears to be a technical notification indicating that it is unable to display the intended content, possibly due to a PDF viewer compatibility issue. It includes instructions for users to upgrade their Adobe Reader software to access the document properly. This communication emphasizes the importance of having the correct software to view government files, particularly those related to federal Requests for Proposals (RFPs), federal grants, and local/state RFPs. The context suggests that these documents often contain important information relevant to grant opportunities and governmental procurement processes. However, due to the lack of specific content, further analysis and summarization of the actual topics, key ideas, or supporting details present in the intended document are not possible.
Apr 17, 2025, 9:08 PM UTC
The document appears to be an error message related to the inability to display its contents due to compatibility issues with the PDF viewer. It suggests upgrading the software to the latest version of Adobe Reader to access the file successfully. The message includes information on Windows, Mac, and Linux operating systems, indicating that the issue may arise from the viewer's incapacity to process the particular type of document. This brief communication emphasizes the importance of keeping relevant software updated for effective document access. As there are no specifics on RFPs, grants, or related content in the document, no further analysis or substantive summary can be provided at this time.
Apr 17, 2025, 9:08 PM UTC
The Quality Assurance Surveillance Plan (QASP) outlines the framework for evaluating contractor performance in providing materiel fielding and medical liaison support services for the Program Executive Office Soldier. Its primary goal is to ensure that the contractor adheres to performance standards set in the contract through structured monitoring processes. The document details responsibilities of key personnel, including the Project Manager, Contracting Officer, and Contracting Officer's Representative, who collectively oversee performance evaluation. The QASP emphasizes the need for objective and fair assessments, enabling early identification of performance issues to mitigate mission impact. It specifies a surveillance matrix that outlines performance objectives, standards, and methods for evaluation, ensuring compliance with contract terms. Documentation requirements for both acceptable and unacceptable performance are included, emphasizing timely corrective actions. Regular assessments and communication among stakeholders are crucial for maintaining performance standards. Ultimately, this QASP serves as a living document, adaptable to performance variances, aimed at ensuring the delivery of high-quality services in line with governmental objectives.
Apr 17, 2025, 9:08 PM UTC
The government file in question pertains to the solicitation of bids for various federal and state RFPs focused on grants and funding opportunities. It outlines the requirements for applicants to submit proposals that meet the specified criteria to secure financial assistance. Key aspects include eligibility criteria, submission guidelines, expected deliverables, and evaluation metrics for applications. Furthermore, it highlights the importance of compliance with federal regulations and encourages collaboration among local entities to optimize resource allocation. The document serves as a comprehensive guide for prospective applicants, detailing the procedural steps necessary to apply effectively while underscoring the government's commitment to transparent and efficient funding processes. Integration of specific project goals and desired outcomes are emphasized to ensure that proposals align with governmental priorities. Overall, it aims to foster engagement and incentivize innovation in public service delivery through adequate financial resources.
Apr 17, 2025, 9:08 PM UTC
The document outlines a request for proposals (RFP) issued by a federal agency aimed at seeking qualified contractors for a specific project. The main objective focuses on improving services and implementing innovative approaches to enhance operational efficiency. The RFP includes detailed instructions for submission, evaluation criteria, and potential funding parameters. It emphasizes the need for vendor collaboration, compliance with federal regulations, and the provision of impactful solutions tailored to meet agency goals. Key sections highlight the importance of relevant experience, project management strategies, and the capacity to deliver measurable outcomes. Moreover, the document stresses the agency's commitment to transparency and fairness in the selection process, ensuring that all potential contractors understand the requirements clearly. This RFP illustrates the government's initiative to foster partnerships that drive improvements and efficiency in public sector operations.
Mar 12, 2025, 9:05 PM UTC
The document outlines a proposal for baseline and surge support within federal government contracts, detailing labor categories and estimated costs over multiple years. It specifies personnel requirements, including the number of labor hours for various analyst roles and management positions, predominantly at Ft. Detrick and contractor sites. The proposed financial structure addresses direct labor costs alongside travel expenses, with specific allocations provided for baseline and surge activities. Total direct labor amounts to 73,320 hours for baseline support and includes proposed travel funding of $2,245,000. Surge support indicates a lesser need for 20,680 labor hours and additional travel costs totaling $389,000. The document highlights various geographical locations for support services, such as Ft. Liberty and Ft. Campbell, and lists indirect costs associated with other supplies and services. The purpose of this proposal is to standardize labor and operational costs associated with federal contracts, conforming to RFP requirements while offering a detailed breakdown of resources needed for effective contract fulfillment over the contract duration. Overall, the proposal seeks to ensure clarity and comprehensive planning around staffing and funding for mission-critical operational support.
Apr 1, 2025, 5:04 PM UTC
This government document outlines a structured proposal for baseline and surge support personnel, primarily focused on logistics positions across various contractor sites and military installations. It details the labor categories, including Program Manager, Management Analyst, Logistics Analyst (varying levels), and Administrative Assistant, specifying the number of positions and total direct labor hours for each category over a five-year period. The funding estimates reflect direct labor costs and travel expenses, totaling approximately $2.6 million over the proposed timeline. Plug numbers for travel and Other Direct Costs (ODCs) are included, indicating an anticipated need for $385,000 annually for travel, alongside additional projected expenditures for supplies. The document also suggests evaluations for periods of increased operational requirements (surge support) with specified labor and travel costs. Overall, this RFP emphasizes the importance of optimizing logistics support for military operations, ensuring comprehensive personnel and travel budgeting, while highlighting varying levels of effort and associated costs over the proposed contract duration. This proposal is crucial for maintaining operational readiness and effective resource allocation in support of military logistics missions.
Apr 17, 2025, 9:08 PM UTC
The provided document outlines the staffing and financial requirements for baseline support and surge support in federal projects, specifically focusing on personnel hours and associated costs. It details various labor categories, including positions such as Program Manager, Management Analyst, and Logistics Analysts at multiple locations, predominantly military bases. The proposal lists the total direct labor, travel costs, and other direct costs (ODCs) over a specified timeline, indicating a total of 39 personnel for baseline support and 11 for surge support, accumulating a direct labor total of 73,320 hours. Key financial allocations include significant travel expenses estimated at $2,256,000, alongside structured pricing for different labor categories. The document includes summarized costs without specific monetary amounts in various sections due to placeholders, highlighting the need for a comprehensive budget that factors in overhead rates. Overall, the document serves to present a structured approach for funding and resources required to effectively accomplish federal tasks in logistics and management, within the framework of government RFPs and grants.
Apr 17, 2025, 9:08 PM UTC
The Performance Assessment Questionnaire serves as a key component in the evaluation process for the U.S. Army's Request for Proposal (RFP) W911QY-25-R-A001 conducted by the ACC-APG Natick Division. Offerors are required to provide detailed accounts of their past performance on relevant contracts, assisting evaluators in assessing their capabilities. The document outlines the need for input from identified contacts to complete a questionnaire assessing various performance metrics, including compliance with specifications, project management effectiveness, timely delivery, cost control, and commitment to customer satisfaction. The questionnaire is structured into three parts: identification of the contract and the offeror's representative; evaluation criteria requiring rationale for performance ratings; and a section for providing additional relevant information. Ratings range from "Substantial Confidence" to "No Confidence," facilitating a clear assessment standard. The collection of this data is critical to ensure the award process for federal contracts is based on factual, accurate, and complete information, reflecting the offeror's proven capabilities. Adherence to specified deadlines is emphasized for timely submission and evaluation.
The document addresses a series of inquiries regarding the Request for Proposal (RFP) W911QY-25-R-A001 related to Materiel Fielding and Medical Liaison Support Services. It aims to clarify proposal instructions, seek corrections in numbering and structuring to avoid duplicates, and enhance the clarity of requirements for potential bidders. Key concerns include the need for sequential and unique cross-referencing for evaluation criteria and proposal instructions, the clarification on the Past Performance Assessment Questionnaire (PPAQ) requirements, and the roles of key personnel within the proposal. Additionally, the government has confirmed that the Continuity of Operations Plan (COOP) is accurately labeled, reiterated the importance of transition plans, and addressed any misinterpretations regarding pricing and construction responsibilities. The responses emphasize the need for a cohesive understanding among bidders and assure that no extensions for the proposal submission will be granted, urging adherence to the specified guidelines. This document represents a critical tool for potential offerors, ensuring they are well-informed as they prepare their proposals under the established federal procurement processes.
The document outlines modifications and clarifications related to the Request for Proposal (RFP) W911QY25RA00, emphasizing improvements in proposal instructions, past performance assessments, and project requirements for contractors. Key topics include the alignment of solicitation numbering for better cross-referencing, clarification of roles and responsibilities for key personnel, and updates to pricing considerations. Significant amendments address the structure of proposal sections, indicating the need for sequential numbering, and addressing queries regarding labor categories associated with specific tasks outlined in the Performance Work Statement (PWS). The government highlights the importance of clear communication for Past Performance Assessment Questionnaires, indicating that only one questionnaire per contract is necessary. Furthermore, the document notes that no extension for the proposal deadline will be granted despite concerns about changes in job responsibilities impacting bidding fairness. Clarifications ensure that contractors understand the expected deliverables and the management roles linked to logistics and medical liaison functions, thereby facilitating compliance with updated requirements and reinforcing expectations on operations and data management related to the contract. These adjustments illustrate the government’s commitment to ensuring that proposals meet technical and operational standards while enabling a fair bidding process.
This document contains a series of questions and answers regarding a Request for Proposals (RFP) related to the Materiel Fielding and Medical Liaison Support Services contract (W911QY-25-R-A001). Key issues addressed include the need for corrections in numbering and formatting of proposal sections, clarification on tasks and labor categories, and guidelines for past performance assessments. The Government has emphasized maintaining sequential numbering for clarity, ensuring that criteria for evaluating proposals align accurately with the solicitation. It also covers the requirements for key personnel, the necessity of Letters of Intent, and expectations for proposal narratives in various sections. Critical points include the confirmation that past performance references can only be submitted in specific formats, with adjustments to page limits to allow for more comprehensive responses. The RFP seeks to enhance the proposal process's clarity, fairness, and competitiveness, ensuring adherence to established guidelines and expectations. The government will not extend the proposal submission deadline, and all adjustments and clarifications aim to support potential offerors in successfully addressing the RFP criteria.
Apr 17, 2025, 9:08 PM UTC
The document pertains to a Request for Proposal (RFP) issued by the government for Materiel Fielding and Medical Liaison Support Services. Notable amendments include the extension of the proposal due date from April 9, 2025, to April 16, 2025, alongside modifications in the attached documents. Offerors must submit comprehensive proposals divided into specific volumes addressing administrative information, technical approaches, past performance, and pricing details. Critical evaluation factors are laid out, with a strong emphasis on the technical merit and past performance of the proposals, summarized into distinct factors and subfactors. Offerors must demonstrate a clear understanding of the requirements through detailed management, fielding support, and quality control plans, alongside relevant past performance evaluations focusing on the recency and relevance of prior contracts. The government will assess price proposals to ensure fairness and reasonableness based on fully burdened labor rates and associated costs. Ultimately, the award will be made based on the best value determined from a balance of technical capabilities, past performance, and pricing, wherein proposals deemed noncompliant or unacceptable may be disregarded. The RFP encourages interested parties to remain vigilant for updates on the government’s designated website, emphasizing the importance of adhering strictly to submission guidelines and deadlines to ensure consideration for the contract award.
Apr 17, 2025, 9:08 PM UTC
The document outlines a government solicitation for medical support services under the Program Executive Office Soldier (PEO-S), Soldier Medical Devices (SMD) initiative. It delineates various labor and travel requirements classified into firm fixed prices and cost-no-fee pricing arrangements over multiple option years, indicating a structured procurement process aimed at ensuring optimal healthcare and medical readiness for the Army. Key components include labor, travel costs, and other direct costs defined in a Performance Work Statement (PWS), supplemented by multiple option line items to address surge capabilities. Inspection and acceptance protocols for deliverables occur at Fort Detrick, with clear directions for the processing of medical equipment and material inventories. Additionally, the document stipulates compliance with federal acquisition regulations and defense federal acquisition regulations, underscoring the necessary provisions to ensure effective contract execution. Overall, this solicitation reflects the government's commitment to enhancing the operational capabilities of military medical services while adhering to established legal and procedural standards.
Apr 17, 2025, 9:08 PM UTC
This document outlines changes to a federal government Request for Proposal (RFP) for Materiel Fielding and Medical Liaison Support Services. Key modifications include extending the response due date to April 21, 2025, and adjusting the period of performance for an option line item to span from January 2, 2028, to July 2, 2028. Several attachments are specified, including a Performance Work Statement and a Pricing Sheet. The document provides detailed instructions for offerors, including the necessity of self-inspections, proposal formatting, and the requirement for a Secret Facility Clearance. It establishes evaluation criteria focused on technical approach, past performance, and price. Proposals will be assessed based on detailed criteria such as management approach, fielding support, and compliance with performance work standards. Submission deadlines, required forms, and communication protocols are specified. This RFP captures the government's commitment to conducting a thorough evaluation process to ensure high-quality outcomes for the required services, highlighting the significance of precision in responding to federal contracting opportunities. Overall, it encourages adherence to strict guidelines to maintain competitiveness and compliance during the proposal submission process.
Apr 17, 2025, 9:08 PM UTC
The document details a solicitation for services from the Program Executive Office Soldier (PEO-S) concerning Soldier Medical Devices (SMD) and Materiel Fielding and Medical Liaison Support Services. It outlines a contract (W911QY25RA0010006) that specifies labor, travel, and direct costs, including surge options and pricing arrangements such as firm fixed price and cost no fee, structured across multiple option years. Key provisions include performance requirements that support Army medical readiness through comprehensive medical materiel management, procurement, and technical assistance. The contract emphasizes inspection, acceptance criteria, and the delivery schedule, which runs from July 3, 2025, to July 2, 2026, with stipulations for the contractor to cover transportation costs. Compliance with various FAR and DFARS clauses is necessary, addressing issues ranging from payment processes to antiterrorism training. This solicitation exemplifies federal contracting efforts to enhance military healthcare by ensuring that equipment and support services are delivered efficiently and in alignment with statutory and regulatory requirements.
Apr 17, 2025, 9:08 PM UTC
The document outlines the Federal Request for Proposal (RFP) for contract W911QY-25-R-A001, detailing the submission requirements for interested Offerors. Key components include a comprehensive list of attachments such as the Performance Work Statement and various certifications, which are structured to ensure Offerors understand the contract's requirements. Offerors must adhere to detailed formatting and submission guidelines, including proposal organization and electronic submission protocols. The RFP emphasizes the importance of clarity in proposals, mandating unclassified submissions, and specifying that any proprietary information be clearly marked. Offers should demonstrate relevant experience and proposed management strategies while addressing performance metrics and potential risks. Proposals are divided into five volumes: Administrative, Security Clearance, Technical, Past Performance, and Price, each with specific content and format stipulations. The evaluation criteria focus on management approaches, technical execution, past performance references, and total price evaluation. Overall, this RFP aims to acquire qualified Offerors capable of fulfilling the outlined contract requirements while ensuring compliance with federal procurement policies and standards. The ultimate proposal submission date is set for April 9, 2025, at 4:00 PM ET.
Apr 17, 2025, 9:08 PM UTC
The document outlines a government solicitation for the Program Executive Office Soldier (PEO-S), specifically regarding Soldier Medical Devices (SMD) and the provision of Materiel Fielding and Medical Liaison Support Services. The solicitation (W911QY25RA0010004) includes detailed descriptions of labor, travel, and other direct costs needed for various services, with a set pricing structure consisting of Firm Fixed Price and Cost No Fee arrangements. Key tasks outlined involve medical material support, procurement, assembly, and inventory management for Army medical equipment. Inspection and acceptance will occur at identified locations in Fort Detrick, MD. The timeline for performance spans from July 3, 2025, to July 2, 2026, with options for additional years. Additionally, the document cites applicable Federal Acquisition Regulation (FAR) clauses, emphasizing compliance with laws governing contractor operations and payments. Overall, the solicitation serves both to ensure military readiness through essential medical support and adherence to regulatory standards in contracting.
Apr 17, 2025, 9:08 PM UTC
The document outlines the Contract Data Requirements List (CDRL) for a government contract, specifying various data items required from the contractor after award. It includes details like the purpose, submission frequency, required documents, and responsible parties for each data item. Key items include an Organizational Conflict of Interest (OCI) mitigation plan, monthly progress reports detailing expenditures and issues, a program management plan, and contingency operation plans, among others. Each item is categorized by submission timing (e.g., after contract award, monthly, quarterly) and includes deadlines for submissions to ensure compliance. The requirements signify the government's focus on accountability and transparency in contract execution, ensuring that contractors provide regular updates on project progress, resource allocation, and compliance with safety and operational standards. With a total of 21 listed items, the structured approach ensures that all necessary data is gathered for effective contract management and oversight throughout the project lifecycle. Overall, this CDRL framework illustrates the government's commitment to thorough contract monitoring and management.
Apr 17, 2025, 9:08 PM UTC
The government document pertains to the identification and analysis of federal procurement opportunities, focusing on requests for proposals (RFPs), federal grants, and local/state-level RFPs. It outlines the purpose of these RFPs and grants, which solicit bids and funding applications from qualified entities to fulfill various governmental needs. Key themes include the emphasis on transparency, accountability, and efficiency in federal spending, with a particular focus on compliance with legal and regulatory standards. The document also delineates the criteria for eligibility, evaluation processes for selection, and the importance of competitive bidding. Furthermore, it highlights specific priorities within funding allocations aimed at improving community services, infrastructure, and stimulating economic growth. Overall, the document serves as a guide for prospective bidders and grant applicants, clarifying the procedures and expectations associated with governmental funding opportunities in various sectors.
Apr 17, 2025, 9:08 PM UTC
The document concerns Request for Proposal (RFP) W911QY25RA001, which outlines necessary corrections and clarifications to enhance coherence and clarity in proposal submission guidelines. Key issues identified include the need for sequential numbering of sections to eliminate duplication, guidance on labor categories for specific tasks, and proper formatting for resumes of key personnel. The document emphasizes the importance of aligning proposal instructions with evaluation criteria while asking for a clarification on past performance questionnaires, specifying that only one Past Performance Assessment Questionnaire (PPAQ) is required per reference. Furthermore, the importance of providing adequate labor categories for certain tasks and suggesting corrections in proposal section headings for improved clarity is also highlighted. The government clarifies that no proposal extension will be granted despite the identified issues, emphasizing timely adherence to submission guidelines. This RFP serves as a vital framework for potential contractors to ensure comprehensive and compliant proposals while addressing ongoing logistical and procedural challenges associated with the proposal development process. Overall, the document aims to facilitate a smoother RFP response process by rectifying inconsistencies and providing detailed guidance.
Apr 17, 2025, 9:08 PM UTC
The document addresses issues related to the Request for Proposal (RFP) W911QY25RA001, detailing requests for clarifications, corrections, and updates to specific sections of the solicitation. Key topics include aligning numbering in proposal instructions and evaluation criteria, clarifying past performance and subcontractor requirements, and establishing guidelines for key personnel resumes. Amendments also reflect changes in roles, responsibilities, and expectations for program and logistics management services, with emphasis on ensuring clarity and consistency within the proposal framework. The government outlines that modifications are made to facilitate a better understanding of requirements and to maintain a fair competitive environment, ultimately leading to improved proposal submissions. Additionally, a week’s extension for the submission deadline was granted, reflecting responsiveness to bidder concerns. The revisions intend to enhance the comprehensive understanding of the tasks, qualifications, and evaluation process while ensuring compliance with operational standards and effective contract performance.
Apr 17, 2025, 9:08 PM UTC
The document represents a Request for Proposal (RFP) issued by the federal government for Materiel Fielding and Medical Liaison Support Services, identifying multiple sections where clarifications and corrections are requested by potential offerors. Key areas of concern include the need for alignment in section numbering for proposal instructions and evaluation criteria, clarification on labor category assignments, and adjustments to proposal page limitations to accommodate comprehensive responses. Additionally, the government responds to queries regarding the inclusion of key personnel qualifications, quality control plans, and logistical support provisions. The significance of maintaining structured proposal content, addressing past performance references, and ensuring compliance with established guidelines is emphasized. The government maintains its stance on timelines for proposal submission without extensions, despite requests for additional time to adapt to changes. The responses indicate a commitment to refining the proposal process while upholding evaluation criteria and ensuring clarity for offerors in their submissions.
Apr 17, 2025, 9:08 PM UTC
The document outlines a solicitation for a contract related to Women's Owned Small Businesses (WOSBs), specifically aimed at providing various medical support services to the U.S. Army. The requisition includes detailed information such as solicitation number, award dates, and contractor information, with a total contract amount of $20 million. The main focus is on delivering services such as labor, travel, and supplies under a fixed pricing model, in accordance with the Performance Work Statement (PWS). The project spans multiple years, with the base period run from July 2025 to July 2026, and options extending for additional years. Notably, the contract incorporates numerous Federal Acquisition Regulation (FAR) clauses and Defense Federal Acquisition Regulation System (DFARS) clauses, governing aspects like subcontracting limits and ethical standards. The document emphasizes the importance of facilitating healthcare and readiness through the procurement and management of medical equipment and supplies. Close adherence to guidelines ensures contractor accountability and compliance, highlighting the government’s commitment to support small businesses while also maintaining healthcare service standards for military personnel.
Apr 17, 2025, 9:08 PM UTC
The document outlines specifications for the Request for Proposal (RFP) W911QY-25-R-A001, seeking contractors for Materiel Fielding and Medical Liaison Support Services. It details adjustments to proposal requirements, including a reduction in the size standard from $20 million to $19.5 million and updated attachments like the Performance Work Statement and Labor Categories Position Descriptions. Key elements include instructions for offerors regarding submission formats, the necessity of marked proprietary information, and the evaluation process, which emphasizes technical ability, past performance assessments, and pricing strategies. The technical aspect involves management approaches with elements like a comprehensive Program Management Plan and Quality Control Plan, which must illustrate effective task completion, risk mitigation, and demonstration of relevant experience. Evaluations will focus on both qualitative indicators and quantitative pricing analysis to determine fair and reasonable costs based on proposed labor rates and included expenses. The summary emphasizes the importance of providing thorough and compliant proposals within specified formats and deadlines, with an ultimate goal of establishing a contract based on best overall value to the government.
Apr 17, 2025, 9:08 PM UTC
The document outlines a Request for Proposal (RFP) from the Program Executive Office Soldier (PEO-S) for Soldier Medical Devices (SMD), specifically seeking support services related to medical materiel. The contract involves multiple line items categorized under labor, travel, and other direct costs (ODCs), with both firm-fixed-price and cost-no-fee pricing arrangements. The requirements emphasize the procurement, management, and distribution of medical equipment and kits, which are critical for ensuring the Army's medical readiness and operational support. The contract specifies inspection and acceptance criteria at Fort Detrick, MD, with detailed instructions for contractors. It also includes a schedule of performance periods spanning from July 2025 through July 2030, with additional option years and surge capabilities. The document incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, which govern the contract execution and compliance with statutory provisions. Overall, the RFP illustrates the federal government's commitment to enhancing healthcare support for military personnel through careful procurement and management of essential medical resources.
Apr 17, 2025, 9:08 PM UTC
The document outlines updates to federal acquisition regulations pertaining to various contract clauses within a specific U.S. government contract. It highlights several clause changes, including the deletion of certain clauses like FAR 52.203-3 on Gratuities and FAR 52.222-26 on Equal Opportunity, while introducing new ones such as FAR 52.212-5 related to contract terms for commercial products and services. Noteworthy revisions include detailed limitations on subcontracting, focusing on ensuring that a specified percentage of work is performed by the prime contractor, particularly in contracts set aside for small businesses. The document emphasizes compliance with a range of Federal Acquisition Regulation (FAR) clauses designed to safeguard interests related to subcontracting, employee rights, and ethical standards. These revisions are situated within the context of enhancing contract performance standards and accommodating federal objectives related to small business participation, ethical conduct, and transparency in governmental operations. Ultimately, the document serves as a comprehensive guide to recent changes in contract management policies which are critical for contractors and agencies involved in federal projects and grants.
Apr 17, 2025, 9:08 PM UTC
The document outlines a solicitation for Materiel Fielding and Medical Liaison Support Services under the Program Executive Office Soldier (PEO-S). It details requirements for labor, travel, and other direct costs (ODCs) in providing medical materiel support to Army components, ensuring optimal healthcare and medical readiness. The pricing arrangements vary between firm fixed prices and cost-no-fee structures, with several options for surge labor, travel, and supplies outlined for multiple option years. Inspection and acceptance criteria, including delivery locations at Fort Detrick, MD, are specified along with a comprehensive schedule for performance over several years, ranging from 2025 through 2030. The document also incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, directing compliance with numerous standards and regulations relevant to government contracting. The purpose of this solicitation is to procure robust medical support services that meet Army operational needs while adhering to federal procurement regulations, ensuring accountability, safety, and logistical efficiency in handling medical materiel operations.
Apr 17, 2025, 9:08 PM UTC
The document outlines a solicitation process for a government Request for Proposal (RFP), specifically pertaining to Materiel Fielding and Medical Liaison Support Services. It details the changes made to the contract documents and establishes the framework for proposal submissions, evaluations, and award criteria. Key instructions include the need for proposals to be electronically submitted, adherence to specific formatting guidelines, and clear delineation of administrative, technical, and price proposal volumes. The evaluation process is organized into three main factors: Technical Approach (most critical), Past Performance, and Price. Offerors must demonstrate a thorough understanding of the requirements outlined in the Performance Work Statement (PWS), including management strategies and compliance with quality control measures. Past performance must reflect relevant experience within the last six years, with evaluations focusing on the quality and recency of prior contracts. Proposals must remain valid for a minimum of 90 days, and questions must be submitted electronically to designated officials. The government reserves the right to conduct discussions to clarify proposals, but it aims to award contracts based on initial submissions. Overall, the document emphasizes compliance, clarity, and competitive pricing as essential components in securing government contracts.
Apr 17, 2025, 9:08 PM UTC
The government solicitation W911QY25RA0010003 outlines the procurement of soldier medical devices and associated support services through a firm-fixed-price and cost-no-fee pricing arrangement. The outline specifies a variety of labor, travel, supplies, and other direct costs related to the services described in the Performance Work Statement (PWS). This includes surge labor and travel, with distinct quantities and timelines for multiple option years extending from July 2025 to July 2030. The Project Manager Soldier Medical Devices manages the technical assistance and logistical operations intended to enhance medical material support for Army personnel, ensuring optimal healthcare readiness. The contract stipulates strict inspection and acceptance criteria, all occurring at a designated facility in Fort Detrick, MD. The proposal adheres to numerous Federal Acquisition Regulation (FAR) and Department of Defense (DoD) standards, safeguarding operational security and contractual compliance. This RFP reflects the government's commitment to maintaining high medical readiness and efficient operational support for its military personnel.
Apr 17, 2025, 9:08 PM UTC
The document outlines the solicitation details for contract proposals under Request for Proposal (RFP) W911QY-25-R-A001, focusing on the submission and evaluation processes for interested Offerors. It specifies various attachments that provide essential information, including the Performance Work Statement, pricing sheets, non-disclosure agreements, and responses to inquiries. The document emphasizes that proposals must adhere to guidelines under the Freedom of Information Act regarding confidentiality, require certain certifications, and mandate that Offerors demonstrate understanding through comprehensive, compliant submissions across specified volumes: Administrative, Security Clearance, Technical, Past Performance, and Price. Key points include the detailed requirements for proposal format, page limitations, and the necessity for each Offeror to ensure their submission is complete and addresses all solicitation criteria. Evaluation will be based on defined factors, with noteworthy importance given to management plans and past performance records in similar contracts. Submission deadlines and the consequences for non-compliance are notably emphasized. This RFP reflects the federal government’s structured approach to acquiring services while ensuring transparency and adherence to legal standards throughout the contracting process.
Apr 17, 2025, 9:08 PM UTC
The document details a solicitation for soldier medical devices and support services under the Program Executive Office Soldier (PEO-S) project. It outlines various line items for labor, travel, and other direct costs (ODCs) with defined quantities and pricing arrangements. The contract aims to provide medical materiel support to Army components, ensuring optimal healthcare through procurement, distribution, and inventory management. Inspection and acceptance criteria are specified for deliverables, centering on the Fort Detrick location. The performance period is set from July 3, 2025, to July 2, 2026, with several option years outlined for potential extension. Additionally, contractual clauses and regulations encompassing payment methods and compliance with federal laws are included. The document serves as a guide for potential contractors, emphasizing the importance of adherence to standards and the proper management of medical equipment and materials. Overall, it reflects the government's commitment to maintaining a robust support system for military healthcare operations.
Apr 17, 2025, 9:08 PM UTC
The document is a continuation page of a government contract summary detailing updated attachments and modifications related to a Request for Proposals (RFP). It lists a series of attachments necessary for the contract, including the Performance Work Statement, OCI Certification, Labor Categories Position Descriptions, Quality Assurance Surveillance Plan, Non-Disclosure Agreement, and various responses to questions from potential bidders. Each attachment is identified by a number, title, page count, and date of issuance, reflecting various dates in 2025. This organized presentation of contract documents serves to clarify requirements and facilitate compliance by potential contractors. The summary underscores the importance of clearly defining contractual expectations and the various documentation needed to strengthen proposals in federal and state RFP processes.
Apr 17, 2025, 9:08 PM UTC
The government document outlines a Request for Proposal (RFP) from the Program Executive Office Soldier (PEO-S), specifically for Soldier Medical Devices (SMD), intending to procure Materiel Fielding and Medical Liaison Support Services. The proposal includes labor, travel, and other direct costs (ODCs) for the specified services, with a detailed pricing arrangement highlighting firm fixed and cost-no fee pricing structures. The performance work statement (PWS) serves as a guide for deliverables, inspection, and acceptance criteria, which are to be conducted at Fort Detrick, MD. The contract spans multiple option years, allowing for continued services and adjustments as necessary. It also integrates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses to ensure compliance with legal and operational standards during the contract tenure. The document emphasizes the importance of healthcare readiness through the proper procurement, management, and distribution of medical support materials. This RFP highlights the essential role of proper planning, execution, and regulatory adherence in supporting the Army's medical readiness and capabilities, ensuring efficient and effective healthcare delivery for soldiers.
Apr 17, 2025, 9:08 PM UTC
The document serves as a continuation page for a federal Request for Proposal (RFP), detailing a summary of changes made to various attachments related to the contract. It lists multiple attachments, including the Performance Work Statement, OCI Certification, Labor Categories Position Descriptions, Non-Disclosure Agreement, and Quality Assurance Surveillance Plan, among others, each with corresponding dates and page counts. Specific attachments address pricing, past performance assessments, and responses to questions raised during the proposal process. The document format is structured to itemize amendments and updates clearly, with each attachment designated a unique number and title. This organization allows stakeholders to access pertinent contract documents easily, enhancing clarity in the preparation and submission processes for potential bidders. Overall, it reflects the ongoing effort to ensure transparency and thoroughness in federal contracting activities.
Apr 17, 2025, 9:08 PM UTC
The document outlines a solicitation for the Program Executive Office Soldier (PEO-S), specifically focusing on Soldier Medical Devices (SMD) and related support services. It details the required supplies and services, including labor, travel, and other direct costs, organized into various line items and option years. Each item is associated with specific unit quantities, pricing arrangements—firm fixed price or cost no fee—and the performance work statement outlines operational expectations. Inspection and acceptance locations are identified at Fort Detrick, MD, with an overarching goal of providing medical materiel support to Army components, enhancing healthcare capabilities and readiness. The document stipulates a performance period from July 3, 2025, to July 2, 2026, with provision for options to extend services through multiple additional years. Clauses from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) are incorporated, outlining compliance requirements related to labor standards, small business initiatives, and contractor expectations. This solicitation represents a clear commitment to ensuring robust logistical and operational support for medical operations within the Army, aligning with the federal government's objectives for maintaining military health readiness and efficiency.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Remote Health Readiness Program 4 (RHRP-4)
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the Remote Health Readiness Program 4 (RHRP-4), aimed at providing comprehensive medical and dental readiness services to military personnel, including active and reserve components, as well as Department of Homeland Security members. The contract, valued at a maximum of $1.61 billion, will span ten years and includes a transition-in period followed by a base period and nine optional years of performance, focusing on maintaining the health and readiness of service members through various assessments, treatments, and logistical support. This initiative is critical for ensuring that military personnel remain medically ready for deployment, aligning with the Department of Defense's objectives for operational effectiveness. Interested contractors must submit their proposals by May 9, 2025, and can direct inquiries to Nakaura C. Yusuf at nakaura.c.yusuf.civ@health.mil or by phone at 703-681-5821.
W912DY25RA021 previously W912DY25R0003 IOT IV Sources Sought
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors for the Initial Outfitting and Transition Facilities Support Services (IO&T FSS) IV, aimed at supporting military healthcare construction and renovation projects. The procurement focuses on providing comprehensive project management, equipment planning, transition and relocation services, and ensuring compliance with applicable building codes for the Military Health System (MHS). This initiative is crucial for streamlining healthcare facility operations and enhancing the capabilities of new and renovated medical facilities, with a potential total contract value of $720 million. Interested contractors must submit their qualifications by April 29, 2025, via email, and should direct inquiries to Sharleene Davidson at sharleene.d.davidson@usace.army.mil or Kijafa Johnson-Cooper at kijafa.t.johnson-cooper@usace.army.mil.
DLA Medical Equipment Electronic CATalog (ECAT) Generation V Program
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the DLA Medical Equipment Electronic Catalog (ECAT) Generation V Program, aimed at enhancing medical supply support for its customers. This standing solicitation, identified as SPE2DH-21-R-0002, invites offers for a range of medical equipment, accessories, and consumables, with the goal of facilitating online orders through the ECAT System. The items sought are critical for medical professionals and technicians in providing patient care and include commercial medical equipment and training simulation tools. Interested vendors can submit proposals at any time until the solicitation closes on December 1, 2026, and should direct inquiries to Yasmeen Turner at yasmeen.turner@dla.mil or Evan Lessin at evan.lessin@dla.mil.
Request for Proposals: On-Premises Intellectual Property (IP) and Technology Transfer (T2) Database and Related Services
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity (USAMRAA), is soliciting proposals for an On-Premises Intellectual Property (IP) and Technology Transfer (T2) Database and related services. The procurement aims to acquire a Commercial Patent Docketing and Database Software System to support the United States Army Medical Research and Development Command (USAMRDC) in managing patenting and licensing processes, ensuring compliance with legal requirements, and enhancing data management capabilities. This initiative is critical for effective intellectual property management within the medical research community, with the contract expected to be awarded by May 12, 2025. Interested parties should direct inquiries to Lisa Kuhns at 301-619-2336 or via email at lisa.z.kuhns.civ@health.mil, and proposals must adhere to the specified submission guidelines to be considered.
Medical Accession Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Medical Accession Services for the U.S. Military Entrance Processing Command (USMEPCOM). This procurement involves personal services at 65 Military Entrance Processing Stations (MEPS) across the continental United States, Alaska, Hawaii, and Puerto Rico, where contractors will review medical histories, perform evaluations, and assess medical test results to ensure applicants meet military medical standards. The contract will be awarded as an Indefinite Delivery/Indefinite Quantity (IDIQ) with a five-year ordering period from December 18, 2025, to December 17, 2030, and is set aside 100% for 8(a) small businesses. Interested parties should monitor the Procurement Integrated Enterprise Environmental (PIEE) website for the solicitation, which is expected to be posted on or about May 25, 2025, and must be registered in the System for Award Management (SAM) to participate. For further inquiries, contact Carlos Ramirez at carlos.a.ramirez18.civ@health.mil or David Robledo at david.robledo17.civ@health.mil.
Pulse Oximeter-Fingertip (Non-Aeromedical Certified)
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking qualified vendors to provide Pulse Oximeter-Fingertip (Non-Aeromedical Certified) devices as part of a standardization initiative. This procurement aims to streamline the acquisition of medical supplies for Military Treatment Facilities (MTFs) across the Army, Navy, and Air Force, with an estimated annual demand of approximately $107,760. Vendors must be listed on the Qualified Suppliers List (QSL) MW-2406-38 and submit detailed pricing quotes that include discounts off established Distribution and Pricing Agreements (DAPA) by the deadline of May 1, 2025, to ensure compliance and eligibility for selection. Interested vendors can direct inquiries and submissions to Mr. Arthur B. Redmond at arthur.b.redmond.ctr@health.mil or Mr. David Sheaffer at david.v.sheaffer.ctr@health.mil.
Operation & Maintenance (O&M) with Incidental Repair and Minor Construction, Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) in Support of the DHA Program, Texas Region
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) to provide Operation & Maintenance (O&M) services, along with incidental repair and minor construction, for healthcare facilities across military medical centers, hospitals, clinics, and laboratories in Texas. This procurement is aimed at ensuring the effective maintenance and operational readiness of critical healthcare infrastructure, which is vital for supporting military personnel and their families. The solicitation, designated as W9127825RA039, will be available for download in early May 2025, and interested parties must be registered in the System for Award Management (SAM) to access the solicitation documents. For further inquiries, potential bidders can contact Rhonda Archie at LaRhonda.M.Archie@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
Indefinite Delivery Multiple Award Task Order Contract (MATOC), Defense Health Agency (DHA) Medical Treatment Facility (MTF) Operations and Maintenance (O&M) Services of Real Property
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Little Rock District, is seeking responses for an Indefinite Delivery Multiple Award Task Order Contract (MATOC) focused on Operations and Maintenance (O&M) services for the Defense Health Agency's Medical Treatment Facilities (MTFs) within the Continental United States (CONUS). The contract will encompass a range of services including maintenance, inspection, and repair of various systems in healthcare facilities, such as HVAC, plumbing, and fire protection, with an estimated total contract capacity of approximately $480 million over a potential five-year period. Interested firms, particularly those classified as small businesses, are encouraged to respond to the Sources Sought announcement by April 29, 2025, and must register in the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, contact Sharon Kindall at sharon.d.kindall@usace.army.mil or Marcus Mitchell at MARCUS.D.MITCHELL@USACE.ARMY.MIL.
MEDDET TRAUMA TRAINING (Question and Answer Description updated.)
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for the MEDDET Trauma Training program, aimed at enhancing medical training capabilities for military personnel. This procurement is categorized under Professional and Management Development Training, with a focus on specialized medical support services. The importance of this training lies in its role in preparing military medical staff to effectively respond to trauma situations, thereby improving overall mission readiness. Interested small businesses are encouraged to submit their proposals by April 29, 2025, and may contact Amy Kline at amy.l.kline.civ@army.mil or Nyron Cameron at nyron.cameron@us.af.mil for further details.
Hemodialysis Units with Accessories
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting quotes for eight hemodialysis units with accessories to be delivered to the Burn Intensive Care Unit at Brooke Army Medical Center in Fort Sam Houston, Texas. This procurement is part of a combined synopsis/solicitation and is aimed at fulfilling critical medical equipment needs for military healthcare facilities. The contract is open to all eligible businesses, with a focus on compliance with Federal Acquisition Regulation (FAR) clauses and promoting opportunities for Women-Owned Small Businesses (WOSB). Interested vendors must submit their offers by April 25, 2025, at 10:00 AM CST, and direct any questions to Mr. Wayne Thompson at (210) 221-5022 or via email at wayne.v.thompson3.civ@health.mil by April 18, 2025.