Standardized Patients for Interservice Physician Assistant Program (IPAP) Reproductive Training Aides (RTA) Lab Training
ID: W81K00-25-Q-A053Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M MRC0 WESTJBSA FT SAM HOUSTON, TX, 78234-4504, USA

NAICS

Educational Support Services (611710)

PSC

EDUCATION/TRAINING- GENERAL (U009)

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 the provision of Standardized Patients Models to support the Interservice Physician Assistant Program’s (IPAP) Reproductive Training Aides (RTA) Lab Training at the U.S. Army Medical Center of Excellence located at JBSA Fort Sam Houston, Texas. This procurement aims to engage an accredited university to deliver non-personal services that enhance the training capabilities of physician assistants in reproductive health. The successful contractor will play a crucial role in the education and training of military medical personnel, ensuring they are well-prepared for their roles. Interested parties should refer to Solicitation W81K00-25-Q-A053 for detailed requirements and may contact Jaclyn Evans at jaclyn.v.evans.civ@health.mil or James M. Davis at james.m.davis1.civ@health.mil for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The Quality Assurance Surveillance Plan (QASP) outlines the framework for monitoring contractor performance related to the provision of Standardized Patients for the Army's Interservice Physician Assistant Program (IPAP) Reproductive Training Aides (RTA) Lab Training. The QASP details the responsibilities of government officials—including the Contracting Officer and Contracting Officer Representative—and establishes performance objectives, methodologies for assessment, and reporting requirements. Key metrics include managing customer complaints and fulfilling scheduled shifts with a target compliance of 95%. Surveillance methods include random checks and customer feedback to gauge service quality. Regular performance evaluations, including quarterly reports on contractor performance and non-conformance documentation, ensure adherence to contract terms. This living document may be amended with the Contracting Officer's approval and aims to ensure that the government receives high-quality services while allowing contractors the flexibility to improve service delivery continually. The QASP’s focus on outcomes signifies a shift in performance management, prioritizing results over strict compliance with procedures. Overall, the QASP is designed to safeguard the effective execution of the contract through systematic oversight and clear communication of expected service standards.
    The Performance Work Statement (PWS) outlines the requirements for contracted Standardized Patients (SPs) to assist in training sessions for the Interservice Physician Assistant Program (IPAP) RTA Lab. The contractor will provide SPs for medical training, specifically comprising 15 individuals per session (8 females and 7 males) over multiple sessions scheduled from December 2025 to August 2030. These SPs will portray patients in simulated clinical scenarios that help students practice medical and assessment skills while providing necessary feedback on their performance. Qualifications for SPs include familiarity with relevant anatomy and the ability to comfortably portray a patient’s experience during varied medical examinations. They must maintain hygiene, free from infections, and adhere to professional appearance standards. The contract stipulates a strict performance monitoring system, including standardized complaints and shift fulfillment metrics. Security requirements and administrative protocols, including background checks and compliance with military regulations, are also detailed to ensure the integrity and safety of the program. This contract showcases the government's focus on providing high-quality training for future healthcare providers, enhancing practical learning through standardized patient interactions.
    The file delineates a Performance Work Statement (PWS) for the provision of Standardized Patients (SPs) for the Interservice Physician Assistant Program (IPAP) Reproductive Training Aides (RTA) Lab Training. The contractor must supply 15 SPs per session (8 females and 7 males) for various training sessions from December 2025 through August 2030. SPs simulate patient conditions, providing a realistic environment for learners to enhance their clinical skills in areas such as medical history and physical examinations while offering feedback on the patient care experience. The document outlines specific qualifications for SPs, including comfort with their anatomy, the ability to perform multiple encounters, and maintain high hygiene standards. It prescribes performance measures to ensure quality service, with acceptable levels for complaints and shift coverage. Additionally, the PWS emphasizes security, personal conduct, training requirements, and necessary background checks for contractor employees. Overall, this contract aims to enhance medical training quality while maintaining compliance with military and federal regulations, underscoring the importance of a controlled training environment for developing future healthcare providers.
    This document outlines a solicitation for a Women-Owned Small Business (WOSB) contract related to providing Standardized Patient Models for training in the Interservice Physician Assistant Program (IPAP). The requirement includes the provision of 15 Standardized Patients per session, necessary for lab training with specified gender distributions among the patient models. The total award amount for the contract is USD 24,000,000, and the session dates are specified in a separate Performance Work Statement (PWS). The solicitation integrates numerous federal acquisition clauses, such as those addressing labor standards, non-discrimination, and payment procedures. The contract is set for non-personal services with a firm fixed price arrangement, executed between October 2025 and September 2030, with specified delivery points primarily at Fort Sam Houston, Texas. The document highlights compliance with federal regulations regarding economic status as a WOSB, ensuring equitable opportunities for women-owned businesses in government contracts. The thorough detailing of procedures and requirements emphasizes the federal government's commitment to promoting diversity within procurement processes while ensuring the provision of essential training resources for military healthcare programs.
    Similar Opportunities
    Texas Army National Guard: Medical and Dental Readiness Services FY26 events
    Dept Of Defense
    The Texas Army National Guard is seeking proposals for a firm fixed-price contract to provide Medical and Dental Readiness Services for five Soldier Readiness Processing (SRP) events scheduled between January and July 2026. The contract requires the selected contractor to supply all necessary personnel, equipment, tools, materials, supervision, and quality control, with specific exceptions for Government Furnished items, as outlined in the Performance Work Statement (PWS). These services are crucial for maintaining the health and readiness of soldiers, ensuring they are fit for duty. Interested offerors must be registered in the System for Award Management (SAM) and can find registration instructions at www.SAM.gov. For further inquiries, contact Jolan Duverglas at jolan.j.duverglas.mil@army.mil or by phone at 512-782-5503.
    Two Phase Design Build IDIQ MATOC in Support of the Western Region
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is announcing a presolicitation for a Two Phase Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) to support the Defense Health Agency (DHA) program in the Western Region of the United States. This procurement aims to provide design-build and repair services for military healthcare and research laboratory facilities, focusing on architectural, mechanical, electrical, instrumentation, security, and safety areas, with a total contract capacity of $249 million. The solicitation will be available on or around January 12, 2026, and interested contractors must be registered in SAM.gov to access the solicitation documents via the Procurement Integrated Enterprise Environment (PIEE) website. For further inquiries, potential bidders can contact LaRhonda Archie at larhonda.m.archie@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    ASSET/BEST Surgical Residence Course with Medical Human Cadavers
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army's Medical Readiness Contracting Office-Pacific, is seeking to procure three medical cadavers from Science Care Inc. for the BEST and ASSET Surgical Training Course at Madigan Army Medical Center. This acquisition, valued at $23,836.00, includes the cadavers, Covid testing, cremation processing fees, shipping and handling, and additional weekend shipping fees, all critical for providing essential surgical skills training to residents prior to graduation. The procurement is justified as a sole-source purchase due to the urgent training requirements and the inability to secure competitive offers from other sources. Interested parties can contact Walter J. Bischoff at walter.j.bischoff.civ@mail.mil or by phone at 360-486-0707 for further details.
    Draft PWS for the MIOSS Program
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified 8(a) contractors to provide Instructor Operator Support Services (MIOSS) for the Medical Simulation Training Center (MSTC). The contract aims to deliver instructor/operator support for medical training, including teacher-led and scenario-based training for both medical and non-medical personnel, with a focus on sustaining Combat Medic (68W MOS) skills and other tiered medical training. This opportunity is crucial for enhancing the training capabilities of U.S. military personnel and ensuring adherence to medical certification standards. Interested contractors are encouraged to submit questions and comments regarding the Draft Performance Work Statement (PWS) by January 6, 2026, and an Industry Day is planned for the week of January 11, 2026, at Fort Stewart, Georgia. For further inquiries, contact Carly Haning at carly.j.haning.civ@army.mil or Christina Minnon at christina.l.minnon.civ@army.mil.
    Paramedic Training Courses
    Dept Of Defense
    The Department of Defense, specifically the Army Health Contracting Activity at Fort Hood, Texas, intends to award a sole source contract for paramedic training courses to Central Texas College. This procurement aims to provide Emergency Medical Technician-Paramedic (EMT-P) certification training for twenty medics from the 1st Cavalry Division, with classes scheduled for January and June, and is justified under FAR § 13.106-1(b)(1) due to the unique qualifications of the provider. The contract, funded by Operations & Maintenance, Army (OMA) for FY 2026, will be a Firm Fixed-Price purchase order with a base year from January 2026 to December 2026 and two option years extending to September 2028. Interested parties may contact Sara Craig at sara.l.craig2.civ@health.mil or by phone at 254-285-6743 for further information.
    Redacted J&A
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking professional support services as outlined in the Justification and Approval (J&A) document. The procurement aims to fulfill specific requirements related to health services, although detailed objectives are provided in the attached FAR Part 6 J&A document. These services are critical for maintaining the operational effectiveness of health programs within the military context. Interested parties can reach out to Jaclyn Svincek at jaclyn.p.svincek.civ@health.mil or Jennifer C. Jackson at jennifer.c.jackson18.civ@health.mil for further information, with the performance expected to take place in Silver Spring, MD.
    Medical Physics Testing
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking proposals for Medical Physics Testing services under a combined synopsis/solicitation format. This procurement is specifically set aside for small businesses, with a focus on commercial items categorized under NAICS code 541990, which encompasses all other professional, scientific, and technical services. The selected contractor will play a crucial role in ensuring the quality and safety of medical, dental, and veterinary equipment and supplies, which is vital for maintaining health standards within military facilities. Proposals are due by 2:00 PM Eastern Daylight Time on December 18, 2025, and must be submitted via email to the designated contacts, Justin Balster and Jason Holck, who will confirm receipt of all submissions.
    Portable Student Laboratory System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Portable Student Laboratory System through a Combined Synopsis/Solicitation notice. This procurement aims to acquire laboratory equipment that will enhance educational experiences at the United States Military Academy, located at West Point, NY. The system is crucial for providing students with hands-on learning opportunities in analytical laboratory practices. Interested small businesses are encouraged to reach out to Paul Maxwell at paul.maxwell@westpoint.edu or call 845-938-2845 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Residency Management Suite Software and Maintenance
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to sole source the procurement of the Residency Management Suite Software and its maintenance from Qgenda, LLC. This proprietary software is essential for unifying program and resident information into a centralized data warehouse, facilitating compliance with Accreditation Council Graduate Medical Education (ACGME) requirements for 36 Graduate Medical Education (GME) and 22 Graduate Allied Health programs, which collectively support over 700 residents and fellows annually. The software's capabilities are critical for accreditation tracking and management of GME work hours, ensuring the continuity of training for military medical professionals. The estimated value of this contract is $97,000, with an anticipated award date of December 31, 2025. Interested parties may submit capability statements to the primary contact, Rebecca Quint, at rebecca.d.quint.civ@health.mil, by 4:00 PM CT on December 19, 2025.
    J&A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W4GG HQ US Army TACOM, is issuing a Justification and Approval (J&A) for Contract W56HZV-18-D-0004 P00006. This procurement relates to armament training devices, which are critical for military training and operational readiness. The J&A document outlines the necessity for these devices to ensure effective training programs for military personnel. Interested parties can reach out to Mark Hilson at mark.d.hilson.civ@army.mil or Patricia Pierce at patricia.pierce3.civ@army.mil for further details regarding this opportunity.