Family Advocacy Program (FAP) Victim Advocacy Program (VAP) and Emergency Placement Care (EPC) Support Services
ID: W564KV-25-R-0ASPType: Special Notice
Overview

Buyer

DEPT OF DEFENSE

NAICS

Other Individual and Family Services (624190)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army's 409th Contracting Support Brigade, is seeking proposals for the Family Advocacy Program (FAP) Victim Advocacy Program (VAP) and Emergency Placement Care (EPC) Support Services. This procurement aims to provide non-personal services to support victims and emergency placements, following the previous contract W564KV-20-C-0004, with a performance period from April 19, 2025, to October 18, 2030, including options for four additional years and a potential six-month extension. The contract will be awarded as a firm fixed-price (FFP) commercial contract, and interested contractors must register with the System for Award Management (SAM) to participate. The Request for Proposal (RFP) W564KV-24-R-A002 is expected to be released on or about October 14, 2024, with proposals due 30 days thereafter.

    Point(s) of Contact
    Files
    Title
    Posted
    The 409th Contracting Support Brigade is announcing an upcoming competitive procurement for the Victim Advocacy Program (VAP) and Emergency Placement Care (EPC) Support Services. This contract will follow the prior contract W564KV-20-C-0004, with a performance period extending from April 19, 2025, to October 18, 2030, and includes options for four additional years and a potential six-month extension. A firm fixed-price contract will be awarded, and the associated Request for Proposal (RFP) W564KV-24-R-A002 will be published on approximately October 14, 2024. The procurement falls under the North American Industry Classification System code 624190 for individual and family services, and contractors must register with the System for Award Management (SAM) to participate. The government will not supervise contractor personnel, who will be responsible for delivering all necessary services and materials as specified. Interested parties should submit their proposals within 30 days of the RFP release, following detailed instructions outlined in the final RFP document.
    Similar Opportunities
    Army Financial Improvement (AFI) Program Support Services
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command – Aberdeen Proving Ground, is seeking proposals for the Army Financial Improvement (AFI) Program Support Services. This procurement aims to secure professional Federal accounting, auditing solutions, and change management support to help the Army achieve an unmodified audit opinion on its financial statements. The contract will be structured as a single award, indefinite delivery/indefinite quantity (IDIQ) with a maximum ceiling of $249,999,999.99 over a three-year period, from February 2025 to February 2028, including a 90-day transition-in period. Interested parties must submit their proposals by 10:00 AM ET on October 1, 2024, and direct any inquiries to Samantha L. Hannah at samantha.l.hannah2.civ@army.mil by September 5, 2024.
    Program And Staff Services (PASS) Draft RFP
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command (DEVCOM), is seeking proposals for the Program and Staff Services (PASS) under Solicitation Number W911SR-24-R-0001. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract, set aside for small businesses, aims to provide a range of services including human capital management, project management, strategic planning, and risk management, all focused on enhancing capabilities in chemical and biological defense. The contract will last for five years, with a minimum guaranteed order of $2,500, and emphasizes compliance with security protocols and quality control measures. Interested vendors should direct inquiries to Nicholas Granata Jr. at nicholas.granata.civ@army.mil or Sammy B. Solo at sammy.b.solo.civ@army.mil, with all questions due by September 27, 2024.
    SNAP FY 24 Awards
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W4GG HQ US Army TACOM, is announcing the SNAP FY 24 Awards, which encompass a range of procurement opportunities for various defense-related goods and services. The primary objectives include acquiring aircraft components, cybersecurity solutions, advanced communication technologies, and professional services aimed at enhancing military operations and readiness. These procurements are crucial for maintaining operational efficiency and ensuring the security of military assets. Interested vendors can reach out to Lisa Koski at lisa.m.koski.civ@army.mil or Nick Moses at nicholas.c.moses.civ@army.mil for further details, with contract values expected to range from $50,000 to $1.5 million and varying submission deadlines across different RFPs.
    RAPID_MAC_FORECAST_JULY_2024
    Active
    Dept Of Defense
    The Department of Defense seeks to update its RAPIDMACFORECASTJULY2024 monthly forecast report, replacing the current distribution method via email due to ongoing challenges with outdated vendor contact information. The primary objective is to post the report reliably and efficiently on SAM.gov, ensuring accessibility for vendors. This special notice emphasizes that there are currently no active or planned task orders as of July 2024. The scope of work involves a straightforward upload of the RAPID MAC Monthly Forecast document onto the SAM.gov platform. Awardee requirements and deliverables are not explicitly mentioned in the provided information. Eligibility criteria and qualifications are not discussed in detail, but it's implied that vendors capable of uploading documents to SAM.gov and possessing a general understanding of the RAPID MAC process are encouraged to apply. Funding and contract details are not provided in the given information. However, this opportunity is posted as a federal contract, indicating a traditional contracting arrangement with financial compensation for the selected vendor. The submission process is outlined briefly, directing interested parties to register their SAM.gov accounts and keep them updated. No specific application format or deadline is mentioned, which suggests a rolling application process. The evaluation criteria focus on the timeliness and accuracy of the posted information. The selection will likely prioritize vendors who can ensure efficient and reliable access to the monthly forecast report. For any questions or clarifications, interested parties can contact Christopher Pennini at christopher.k.pennini.civ@us.navy.mil or 240-298-3470. Additionally, Veronica Mayhew is listed as a secondary contact, reachable at veronica.a.mayhew.civ@us.navy.mil.
    Professional Services
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Louisville District is preparing to issue a Request for Proposal (RFP) for Professional Services related to Program Management Support and various other planning and management services. The procurement aims to assist the Army Reserve Installation Management Directorate and the Office of the Chief Army Reserves in their military programs across the United States and Puerto Rico. This opportunity is set aside for small businesses and will involve the award of up to three Indefinite Delivery Indefinite Quantity (IDIQ) Firm-Fixed-Price contracts, with a duration of six years from the contract award date. Interested parties should prepare to submit proposals that demonstrate past experience, performance, and quality management systems, with the solicitation anticipated to be released around October 15, 2024. For further inquiries, contact Laura Phillips-Payne at laura.phillips-payne@usace.army.mil.
    Contracting and Acquisition Support Services (CASS) - Request for Proposals (RFP)
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for Contracting and Acquisition Support Services (CASS) under solicitation HT001524R0010. The procurement aims to secure non-personal service contracts that provide full-time equivalent (FTE) positions across various labor categories, including contract analyst support, procurement technician support, and program management, to enhance the efficiency of the Military Health System (MHS). This initiative is crucial for ensuring the delivery of integrated and high-quality health services to approximately 9.6 million eligible beneficiaries. Proposals are due by September 19, 2024, at 5 PM CT, and interested vendors can direct inquiries to Pamela Bryerton or Stephani Preusser via their provided emails.
    G099--Childcare Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide childcare services under the Veteran’s Childcare Assistance Program (VCAP) at the VA Central California Health Care System in Fresno, California. The program aims to offer drop-in childcare for veterans attending mental health or intensive healthcare appointments, catering to children aged 6 weeks to 18 years while ensuring compliance with federal and California state childcare regulations. This initiative is crucial for supporting the wellbeing of veterans and their families during healthcare visits, with the contract expected to be a firm-fixed price for an initial 12-month term. Interested parties must submit their capability statements to Contract Specialist Olivia Duarte at olivia.duarte@va.gov by 3:00 PM Pacific Time on September 23, 2024, and must be registered in the System for Award Management (SAM) to be eligible for an award.
    Enterprise Collection Planner (ECP)
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to support the Enterprise Collection Planner (ECP) software system, which is crucial for the operations of the Air Force Distributed Common Ground System (AF DCGS). This sole source requirement is directed to BAE Systems Information and Electronic Systems Integration Inc., and encompasses sustainment and logistical support services necessary for the continued functionality of the ECP. The contract will have a duration of 18 months, with a potential six-month extension, and proposals must be submitted by 5:30 PM EST on September 30, 2024, with the possibility of requesting an extension if needed. Interested parties can reach out to ShaNellda Harris at shanellda.harris@us.af.mil or Mathew McGhee at mathew.mcghee.3@us.af.mil for further information.
    ACC-APG, Tobyhanna Division FY24 Fair Opportunity
    Active
    Dept Of Defense
    The U.S. Department of Defense, specifically the Army Contracting Command – Aberdeen Proving Ground (ACC-APG) Tobyhanna Division, intends to issue multiple construction and maintenance contracts for various projects throughout Fiscal Year 24. These projects aim to renovate and upgrade Army facilities, including building renovations, electrical upgrades, and specialized system installations. With budget estimates ranging from hundreds of thousands to hundreds of millions of dollars, these opportunities seek to engage a diverse range of contractors, from small businesses to global construction and engineering firms. While most contracts are expected to be firm-fixed-price, some will be determined later. Interested parties should closely monitor the listed key deadlines and contact the specified government representatives for further information.
    Aerial Cargo Platforms Parachutes
    Active
    Dept Of Defense
    The U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG) is seeking proposals for the procurement of aerial cargo platforms parachutes and related air delivery equipment. This procurement aims to support the U.S. Army Security Assistance Command (USASAC) and is expected to result in a Firm Fixed Price (FFP) contract, adhering to the Berry Amendment rules. The solicitation, identified as RFQ W91CRB-24-R-PARA, emphasizes the importance of maintaining air delivery capabilities and requires interested vendors to demonstrate technical compliance with specifications, provide quotes valid for 90 days, and be registered in the System for Award Management (SAM). Quotes must be submitted via email by 10:00 AM EST on September 23, 2024, with the evaluation based on a Lowest Priced Technically Acceptable (LPTA) approach. For further inquiries, interested parties may contact Antoinette Coward at antoinette.w.coward.civ@army.mil or Shelby A. Saum at shelby.a.saum.civ@army.mil.