Genealogical Support Services
ID: M00264-25-RFI-012Type: Sources Sought
Overview

Buyer

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

NAICS

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

PSC

SPECIAL STUDIES/ANALYSIS- OTHER (B599)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the Marine Corps Installations National Capital Region, is seeking sources for Genealogical Support Services to assist in locating family members of over 2,700 Marines unaccounted for since World War II, the Korean War, and the Vietnam War. The contractor will provide non-personal professional services, including outreach to potential relatives, confirming relationships, and facilitating DNA sample collection, all while adhering to strict privacy and reporting guidelines. This initiative is crucial for providing closure to families of unaccounted-for service members and requires compliance with federal regulations regarding sensitive personal information. Interested vendors must submit their capabilities and relevant information by April 14, 2025, and can contact Monica L. Curley at monica.curley@usmc.mil or Desire Nana at desire.nana.civ@usmc.mil for further details.

Point(s) of Contact
Files
Title
Posted
Mar 26, 2025, 3:07 PM UTC
The Marine Corps Installations National Capital Region (MCINCR-RCO) issues a Request for Information (RFI) for Genealogical Support Services, aimed at sourcing capabilities from certified genealogists to locate family members of Marines unaccounted for from past conflicts. This RFI is not a solicitation for bids or proposals but seeks feedback on market capabilities to inform acquisition methods. The services required are classified under NAICS code 541990 and involve non-personal professional services. Vendors are invited to submit information, including their organization’s details, capabilities, and any relevant contract vehicles, by April 14, 2025. Additionally, the document includes specific questions for vendors to address regarding the nature of the services, potential obstacles, and any areas needing clarification. All submitted information will be treated confidentially, and vendors must agree to a Non-Disclosure Agreement. The overall goal is to identify suitable small business sources for fulfilling these genealogical support needs while ensuring compliance with government procurement standards.
Mar 26, 2025, 3:07 PM UTC
The Performance Work Statement (PWS) outlines the requirements for certified genealogical support services needed by the Headquarters Marine Corps Casualty Section. This contract aims to locate living family members of over 2,700 Marines unaccounted for since World War II, the Korean War, and the Vietnam War to obtain Family Reference Samples (FRS) for DNA testing. The contractor will be responsible for contacting potential relatives, confirming their relationships, and facilitating DNA samples, all while adhering to strict privacy and reporting guidelines. Key tasks include identifying the closest living family members, conducting outreach through phone and email, and ensuring timely replacement during unresponsive attempts. The contractor is also required to ship DNA kits to family members, ensuring efficient return processes for testing. The PWS emphasizes confidentiality and compliance with federal regulations, particularly regarding sensitive personal information. The period of performance requires the contractor to manage and deliver at least 1,450 cases over time while maintaining quality standards critical for successful identification efforts. In essence, this PWS reflects the government’s commitment to providing closure for families of unaccounted-for service members through professional genealogical services.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Q301--New Long-Term Renal/Kidney FY25 08/01/2025 - 07/31/2030 Donor-derived cell-free DNA tests.
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 20, is seeking qualified contractors to provide donor-derived cell-free DNA testing services for kidney transplant surveillance at the VA Portland Healthcare System. The selected Reference Laboratory will be responsible for specimen acquisition, testing, and timely reporting of results, ensuring compliance with federal regulations and maintaining high standards of patient care. This non-invasive testing is crucial for monitoring kidney transplant rejections, thereby enhancing healthcare quality for veterans. Interested parties must submit their capabilities statements to Contract Specialist Hector D. Gonzalez at hector.gonzalez1@va.gov, with the contract period expected to run from August 1, 2025, to July 31, 2030.
Nametape Creation and Sewing for coveralls
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking potential vendors for a contract involving the creation and sewing of nametapes onto coveralls at Camp Lejeune, North Carolina. The contract entails delivering coveralls to the vendor, who will then produce and attach nametapes according to a provided list of names, with an estimated requirement of 1,000 nametapes over the next year. This service is crucial for ensuring proper identification and uniformity within the Marine Corps, as the nametapes will be made from the same material as the Marine Corps Combat Utility Uniform. Interested vendors are encouraged to submit their company information and capabilities to Avery Francis at avery.p.francis.mil@usmc.mil, with responses being used solely for market research purposes and not for contract award considerations.
Fleet and Family Support (FFSP) Global Staffing
Buyer not available
The Department of Defense, through the Commander Navy Installations Command (CNIC), is seeking proposals for a contract titled "Fleet and Family Support (FFSP) Global Staffing" to provide comprehensive support services for military personnel and their families. The contract aims to deliver global staffing solutions, remote service delivery, and on-site support across four critical functional areas: Work and Family Life, Counseling, Advocacy and Prevention, Sexual Assault Prevention and Response, and Integrated Primary Prevention. This initiative is vital for enhancing the well-being of active duty members, retirees, and their families, ensuring effective program implementation and service delivery. Interested contractors should note that the submission deadline for proposals has been extended to April 11, 2025, at 1500 Central Standard Time, and are encouraged to contact Christopher Tullos at christopher.l.tullos.naf@us.navy.mil or Troy Milburn at troy.l.milburn3.naf@us.navy.mil for further inquiries.
Pathology Testing
Buyer not available
The Defense Health Agency (DHA) is conducting a Sources Sought announcement to identify potential vendors for pathology testing services to support the Alexander T. Augusta Military Medical Center (ATAMMC) in Fort Belvoir, Virginia. The procurement aims to secure a vendor capable of collecting surgical case blocks for processing, embedding, and slide preparation, with a strict turnaround time of 24-48 hours and an annual volume of approximately 5,000 cases. This testing service is crucial for accurate clinical diagnostics, as it involves the use of various Immunohistochemistry (IHC) markers, which are essential for pathology evaluations and research within government-funded healthcare initiatives. Interested parties must submit their capabilities statements by 9:00 AM EST on Tuesday, January 22, 2025, and can direct inquiries to Contract Specialist Pamela Renteria at pamela.i.renteria.civ@health.mil.
Innovative Technology Solutions & Support Services for Project Dynamis
Buyer not available
The Department of Defense, specifically the Marine Forces Pacific (MARFORPAC), is seeking innovative technology solutions and support services for Project Dynamis, which aims to enhance the Marine Corps' capabilities within the Combined Joint All-Domain Command and Control (CJADC2) framework. The objective is to identify qualified vendors capable of providing a range of technological solutions, including advancements in networks, artificial intelligence, cybersecurity, and logistics, to support rapid prototyping and modernization efforts. This initiative is crucial for maintaining the Marine Corps' technological superiority and adaptability in evolving operational environments. Interested parties must submit their responses, including a capability statement, to the primary contact, Barbara J. Hawes, at barbara.hawes@usmc.mil, or secondary contact, Beverly L. Hobbs, at beverly.hobbs@usmc.mil, by March 25, 2025.
Notice of Intent to Sole Source Technical Support, Maintenance, Training, and Component Upgrades for the 3dMD Temporal 10 Hz 3dMD 18.t Full Body Dynamic High Resolution Scanner
Buyer not available
The Department of Defense, specifically the Marine Corps Systems Command (MARCORSYSCOM), intends to award a Firm Fixed-Price contract to 3dMD, LLC for technical support, maintenance, training, and component upgrades for the 3dMD Temporal 10 Hz full body dynamic high-resolution scanner. This procurement is crucial for ensuring the operational readiness and functionality of the proprietary scanning technology, which plays a significant role in various military applications. The contract is expected to be awarded in the first quarter of Fiscal Year 2026, with a total performance period of approximately 60 months, and interested parties are invited to submit capability statements to Ms. Naydeen Christian at naydeen.christian1@usmc.mil within five calendar days of the notice publication. Please note that this notice is not a request for competitive proposals, and all submissions will become government property.
GEN CLERK III
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for a General Clerk III position to support the Army Community Service's Family Advocacy Program at Fort Moore, Georgia. This non-personal services contract aims to enhance community-based prevention efforts addressing child and domestic maltreatment through essential administrative support, including data management and coordination of educational programs for military families. The contract has a total award amount of $12,500,000, with a performance period starting from September 28, 2025, to September 27, 2026, and includes four option years extending to 2030. Interested parties can contact Broderick Jenkins at broderick.d.jenkins.civ@army.mil or Charles T. Smith at charles.t.smith34.civ@army.mil for further details.
Product Manager (PdM) Combat Service Support Equipment (CSSE) Services RFI
Buyer not available
The Department of Defense, through the Marine Corps Systems Command (MARCORSYSCOM), is seeking responses to a Request for Information (RFI) for Acquisition Lifecycle Management Support related to the Product Manager Combat Service Support Equipment (CSSE). The objective is to gather support services encompassing logistics, engineering, risk management, training, and other critical areas to facilitate the planning and execution of acquisition programs for various Marine Corps systems. This initiative is vital for ensuring the effective development and staffing of programmatic efforts that meet the operational needs of the Marine Corps. Interested parties must submit white papers by May 8, 2025, and direct any questions via email by April 15, 2025, to Jessica Munoz at jessica.m.munoz.civ@usmc.mil or Ebony King at ebony.king@usmc.mil. Please note that this RFI is for information purposes only and does not constitute a solicitation for proposals.
Exceptional Family Member Program (EFMP) / Respite Care Providers
Buyer not available
The Department of Defense, specifically the Army, is seeking proposals for the Exceptional Family Member Program (EFMP) Respite Care Provider Services, aimed at supporting military families with special needs. The contract involves providing trained Respite Care Providers (RCPs) who will deliver non-personal respite care services, ensuring families receive essential support while adhering to strict federal regulations and performance metrics. This initiative is crucial for maintaining the well-being of military families, reflecting the Army's commitment to their care and support. The contract is valued at approximately $16 million, with a performance period from April 10, 2025, to May 13, 2026, and proposals must be submitted electronically by April 30, 2025, to Tim Hallahan at timothy.d.hallahan.civ@army.mil or Ralph M. Bowie at ralph.m.bowie.civ@army.mil.
Family Advocacy Program (FAP) Victim Advocacy Program (VAP) and Emergency Placement Care (EPC) Support Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for the Family Advocacy Program (FAP) Victim Advocacy Program (VAP) and Emergency Placement Care (EPC) Support Services, with a focus on preventing and educating about domestic violence and juvenile problematic sexual behavior. The contractor will provide 24/7 victim advocacy response and coordination for emergency placements, primarily at military installations in Germany. This program is crucial for supporting military families affected by domestic abuse and ensuring the well-being of children in crisis situations. Interested contractors must submit their proposals by April 22, 2025, at 11:00 PM CET/5:00 PM EST, and can direct inquiries to Jessica Spencer at jessica.r.spencer2.civ@army.mil or Carlos Mayorga at carlos.a.mayorga.civ@army.mil.