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
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Materiel Fielding and Medical Liaison Support Services through a Request for Proposal (RFP) designated as W911QY-25-R-A001. The primary objective of this procurement is to enhance Army healthcare readiness by providing essential medical support services, including program management, logistics analysis, and medical liaison support, primarily at Fort Detrick, MD, with additional locations as necessary. This contract, valued at approximately $20 million, is set aside for small businesses and spans multiple years, with a base period from July 2025 to July 2026 and options for extension. Interested contractors should direct inquiries to Patrick Wallace at patrick.j.wallace3.civ@army.mil or Trisha Scott at trisha.r.scott.civ@army.mil, and must respond by the specified solicitation due date.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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 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.
    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.
    Lifecycle
    Similar Opportunities
    Request for Proposal - Materiel Fielding and Medical Liaison Support Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army's ACC-APG Natick Division, is soliciting proposals for Materiel Fielding and Medical Liaison Support Services under Request for Proposal W911QY-25-R-A001. The objective of this procurement is to enhance medical material readiness for the Army through effective logistics support, program management, and medical liaison services, primarily at Fort Detrick and other military locations. This initiative is crucial for maintaining operational readiness and ensuring efficient medical logistics within the military framework. Interested small businesses must submit their proposals, including past performance information, by the specified solicitation due date, with a total contract value estimated at $20 million. For further inquiries, potential offerors can contact Patrick Wallace at patrick.j.wallace3.civ@army.mil or Trisha Scott at trisha.r.scott.civ@army.mil.
    Reference Laboratory Testing Services for the Landstuhl Regional Medical Center (LRMC), Germany
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for Clinical Reference Laboratory Testing Services for the Landstuhl Regional Medical Center (LRMC) in Germany. The contract, identified by Solicitation Number W9114F25QA019, will cover a range of laboratory tests required from May 1, 2025, through April 30, 2026, with a focus on compliance with College of American Pathologists (CAP) standards and timely reporting of results within 72 hours. This procurement is crucial for maintaining healthcare service standards for military personnel, ensuring accurate and efficient laboratory testing. Interested contractors must submit their proposals, including pricing details and compliance with federal regulations, to the primary contact, Henning Mayer-Goldstein, at henningfalk.mayer-goldstein.ln@health.mil by the specified deadlines.
    Mobile Medical Capability Demonstration
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking responses for a Mobile Medical Capability Demonstration scheduled for May 21, 2025, at Fort Detrick, Maryland. This initiative aims to assess commercial technologies that can enhance military medical services in field operations, focusing on solutions that facilitate rapid deployment and operational efficiency in medical treatment facilities. The demonstration will highlight technologies such as triage and surgical systems, adaptable shelter systems, and capabilities for extreme temperature operations, ultimately supporting the Army's future medical operations and improving soldier readiness. Interested vendors must submit detailed product information by March 24, 2025, and can contact Sean G. Auld at sean.g.auld.civ@army.mil or Ethan Seal at ethan.p.seal.civ@army.mil for further inquiries.
    Miniaturized Large Volume Infusion System
    Buyer not available
    The Department of Defense, through the Army Medical Research Acquisition Activity, is seeking information from vendors regarding a Miniaturized Large Volume Infusion System as part of a Request for Information (RFI) numbered HT9425-25-RFI-MMCIP. The system must meet specific requirements, including the capability to deliver multiple fluids and medications simultaneously, compact size and weight restrictions, and compliance with FDA approvals, while also being suitable for both military and civilian applications. This initiative is crucial for enhancing patient care in military settings, particularly in austere environments, and aims to refine procurement requirements based on industry feedback. Interested vendors should submit their detailed responses by March 28, 2025, and can contact Katherine Ramsburg at katherine.j.ramsburg.civ@health.mil or 301-619-2651 for further information.
    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), which aims to provide comprehensive medical and dental readiness services to military personnel, including both active duty and reserve components. The contract, valued at up to $1.61 billion, will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) contract over a ten-year period, encompassing a transition phase followed by a base period and nine optional years of performance. This initiative is crucial for maintaining the health and operational readiness of service members, ensuring they receive necessary assessments and treatments across various modalities, including in-clinic and virtual care. Interested contractors should contact Nakaura C. Yusuf at nakaura.c.yusuf.civ@health.mil or call 703-681-5821 for further details regarding the solicitation process.
    5-Year UTARNG Lab Services Blanket Purchase Agreement (BPA)
    Buyer not available
    The Department of Defense, through the Utah Army National Guard (UTARNG), is seeking qualified small businesses to establish a 5-Year Blanket Purchase Agreement (BPA) for medical testing and laboratory services. The contractor will be responsible for providing a range of laboratory tests, including blood and urine analyses, metabolic panels, and immunology assays, with a total anticipated award amount of $41.5 million aimed at enhancing medical readiness for military personnel. This procurement is critical for ensuring timely and high-quality medical services that support the health of personnel, reflecting federal priorities for health readiness and small business participation. Interested parties can contact William T. Brown at william.t.brown68.civ@army.mil or by phone at 801-432-4273 for further details.
    Aerospace Medicine Specialist Physician - Flight Medicine
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a qualified contractor to provide one Full Time Equivalent (FTE) Aerospace Medicine Specialist Physician for Flight Medicine services at the Defense Language Institute located at Joint Base San Antonio, Texas. The contract will cover a base period from April 1, 2025, to March 31, 2026, with four additional option years, emphasizing the importance of maintaining operational readiness and health standards for aerospace personnel. This procurement is a Total Small Business Set-Aside, and interested vendors must submit their quotes electronically by March 19, 2025, including detailed technical volumes and past performance information. For further inquiries, potential bidders can contact Robert T. Brown at 210-854-2680 or via email at Robert.brown.182@us.af.mil.
    Healthcare Linen Services for Dunham Army Health Clinic (DAHC) and Dental Activity (DENTAC), Carlisle Barracks, PA.
    Buyer not available
    The Department of Defense, through the U.S. Army Health Contracting Activity (USAHCA), is seeking qualified vendors to provide healthcare linen services for the Dunham Army Health Clinic (DAHC) and Dental Activity (DENTAC) located at Carlisle Barracks, Pennsylvania. The procurement aims to secure a non-personal service contract for the collection, cleaning, sanitization, and delivery of approximately 8,600 pounds of government-owned linen annually, ensuring compliance with infection control standards and relevant safety protocols. This service is critical for maintaining hygiene and operational efficiency within military healthcare facilities. Interested parties must submit their capabilities statements, not exceeding ten pages, by March 25, 2025, to the designated contacts, Cotrena Y. Brown-Johnson and Ricardo Cordero Cruz, via email, as this opportunity may lead to a small business set-aside or full and open competition.
    RFP for AARDT and E Support Services
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Air Division, is soliciting proposals for the AARDT and E Support Services under a total small business set-aside. This procurement aims to secure research and development services in the physical, engineering, and life sciences sectors, excluding nanotechnology and biotechnology, which are critical for advancing national defense capabilities. The selected contractor will be responsible for providing experimental development services that support military objectives. Interested parties should reach out to Chanmee Chung at chanmee.chung.civ@us.navy.mil or call 240-496-8055 for further details regarding the solicitation process.
    DOD USAMRDC FY23-FY27 BROAD AGENCY ANNOUNCEMENT for Extramural Medical Research Department of Defense Dept. of the Army -- USAMRAA
    Buyer not available
    Special Notice: DEPT OF DEFENSE DEPT OF THE ARMY is seeking extramural research and development ideas for medical research. The USAMRDC aims to provide solutions to medical problems for the American Service Member and the general public. This BAA solicits basic and applied research projects to advance medical science and technology. The selection process is highly competitive, and submissions are accepted throughout a 5-year period. Pre-proposals must be submitted through the electronic Biomedical Research Application Portal (eBRAP), and invited full proposals must be submitted through Grants.gov.