Warrior Care Global Support RFP
ID: H9240025RE001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)HQ USSOCOMTAMPA, FL, 33621-5323, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 5:00 PM UTC
Description

The U.S. Special Operations Command (USSOCOM) is seeking proposals for the Warrior Care Global Support (WCGS) services, aimed at providing non-clinical case management and advocacy for wounded, ill, or injured Special Operations Forces service members and their families. The procurement focuses on enhancing Recovery Care Coordination, Military Adaptive Sports, Benevolence, and Career Transition support, ensuring comprehensive care and effective program management for service members transitioning to civilian life. This initiative is critical for maintaining the well-being and operational readiness of military personnel, reflecting the government's commitment to their recovery and reintegration. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals by April 18, 2025, and can direct inquiries to Allyson Schopper at allyson.n.schopper.civ@socom.mil or Sherri Ashby at sherri.ashby@socom.mil.

Point(s) of Contact
Files
Title
Posted
Apr 8, 2025, 7:08 PM UTC
The U.S. Special Operations Command's (USSOCOM) Warrior Care Global Support (WCGS) Program focuses on providing non-clinical case management and advocacy for wounded, ill, or injured (WII) Special Operations Forces (SOF) service members. The contract outlines the provision of services related to Recovery Care Coordination, Military Adaptive Sports, Benevolence, and Career Transition for SOF WII members, families, veterans, and caregivers. Contractors are required to supply qualified personnel to ensure the delivery of comprehensive support services as specified in the Statement of Work (SOW). Key components include the management of service personnel, adherence to transition plans, and provision of specific tasks such as resume writing and facilitating adaptive sports participation. Reports and updates are mandatory to monitor service delivery and address performance issues. The program aims for a high satisfaction rate, ensuring effective outreach and resource coordination with community partners while remaining compliant with applicable regulations and policies. This initiative highlights the government's commitment to supporting the well-being and transition of SOF WII personnel through dedicated management and tailored services.
Apr 10, 2025, 6:06 PM UTC
This document outlines the proposal submission requirements for the Warrior Care Global Support (WCGS) services procurement by the U.S. Special Operations Command (USSOCOM). It details the all-electronic solicitation process, emphasizing the importance of submitting complete proposals in specific formats, and outlines the administrative compliance and responsibilities necessary for bidders. Offerors are required to provide their management structure, transition management strategies, staffing plans, retention methods, and approaches to safeguarding sensitive information. Proposals are structured in volumes, including technical, past performance, oral presentation, and price submissions, each with specific content and formatting guidelines. Key deadlines are established for submission of proposals and inquiries, and a two-phase evaluation process is described. Ultimately, this solicitation reflects the government's intent to evaluate proposals based on compliance, past performance, and technical merit while ensuring robust support to military personnel through effective program management and workforce development.
Apr 8, 2025, 7:08 PM UTC
This government document outlines the solicitation for Warrior Care Global Support (WCGS) services for the U.S. Special Operations Command (USSOCOM). It is an electronic request for proposals (RFP) requiring interested Offerors to submit proposals electronically, detailing their technical capabilities, past performance, and pricing structure. The proposal must include information on management structure, transition planning, staffing methods, and retention strategies. Key administrative requirements include proof of Top Secret Facility Clearance, compliance with all solicitation instructions, and documentation confirming the Offeror's responsibility for contract award. The document specifies submission dates for Phase 1 and Phase 2 proposals, along with criteria for evaluation and the process for addressing questions. The anticipated award announcement is scheduled for August 7, 2025. Emphasizing clarity and completeness, proposals exceeding designated page limits will not be considered. This solicitation aims to ensure high-quality support for military personnel in recovery care operations, military adaptive sports, and transitions, ultimately seeking a single contractor award to fulfill these crucial services.
Apr 10, 2025, 6:06 PM UTC
The document outlines the evaluation process for the Warrior Care Global Support (WCGS) services contract, detailing how the Government will assess proposals from Offerors. The evaluation process follows a structured format that includes compliance and responsibility assessments, technical proposals, past performance, oral presentations, and price evaluations. Proposals must meet specific administrative criteria, including compliance with regulations and security clearances, to be deemed responsive. The evaluation emphasizes four primary areas: technical execution, past performance history, oral presentation effectiveness, and pricing. Technical proposals will undergo a rating system evaluating management approaches, staffing, transition strategies, and safeguarding measures, focusing on minimizing risks. Past performance assessments rely on the Offeror’s recent and relevant experience, while oral presentations will assess understanding of the WCGS mission and operational planning. Price evaluations will consider fairness, realism, and alignment with technical proposals, including a review of travel costs and optional pricing models. Ultimately, awards will be based on the Offeror that best aligns with the Government's needs, with the potential for awards to higher-priced proposals if justified by superior quality. The document emphasizes a comprehensive evaluation approach, balancing cost with performance to achieve the best overall value for the Government.
Apr 8, 2025, 7:08 PM UTC
The government file outlines the evaluation process for proposals submitted for the Warrior Care Global Support (WCGS) services contract. It emphasizes a competitive selection based on best value, considering factors such as technical execution, past performance, price, and compliance. Proposals undergo an administrative review to confirm adherence to requirements, with non-compliant submissions deemed unresponsive. The evaluation criteria are categorized into volume ratings, focusing on technical management, past performance, oral presentations, and price, where past performance and oral presentations are prioritized over technical aspects. The document details specific requirements for technical proposals and evaluations, such as management structure, transition plans, staffing, and security clearances. Past performance is assessed for relevancy and recentness, with a comprehensive evaluation of an Offeror's ability to fulfill contract demands based on previous contracts. The price proposals will be evaluated for fairness and realism alongside the technical aspects, ensuring continuity and quality service. The summary emphasizes the importance of an integrated assessment in the award decision, allowing for selection of a higher-rated but higher-priced Offeror if justified. The overall purpose is to establish clear, fair, and effective criteria for awarding the WCGS contract to ensure optimal service delivery for recovering service members.
Apr 10, 2025, 6:06 PM UTC
The U.S. Special Operations Command (USSOCOM) seeks a contractor for the Warrior Care Program (WCP), which focuses on non-clinical case management and advocacy for Special Operations Forces service members who are wounded, ill, or injured. The Warrior Care Global Support (WCGS) Services will enhance Recovery Care Coordination, Military Adaptive Sports, Benevolence, and Career Transition. The contractor is responsible for providing qualified personnel to deliver comprehensive services, ensuring continuity during transitions, and managing personnel absences effectively. The contractor will also offer resume writing services, conduct outreach to potential participants, and maintain accurate reporting on program metrics. Key personnel, including Recovery Care Coordinators and benevolence specialists, will be critical to the program's execution. Additionally, the contractor must develop training plans, administrative support, and quality control measures adhering to compliance standards. Monthly reports detailing performance and operations will be mandatory. This effort underlines the government’s commitment to support the recovery and reintegration of service members, ensuring they have access to necessary resources and advocacy throughout their transition. Overall, the SOW emphasizes the imperative of delivering responsive and coordinated care to optimize the holistic recovery of participants and their families.
Apr 8, 2025, 7:08 PM UTC
The U.S. Special Operations Command (USSOCOM) Warrior Care Program (WCP) is soliciting contractor support through the Warrior Care Global Support (WCGS) Services Statement of Work (SOW). This requirement focuses on providing non-clinical case management and advocacy services to Special Operations Forces (SOF) service members who are wounded, ill, or injured (WII). The services encompass Recovery Care Operations, Military Adaptive Sports, Benevolence, and Career Transition, extending support to service members' families and caregivers. Key contractor responsibilities include ensuring the presence of qualified personnel, maintaining continuity during personnel transitions, addressing performance issues, and delivering services in accordance with established standards. Specific roles such as Recovery Care Coordinators, Benevolent Support Specialists, and Career Transition Coordinators are outlined, detailing their tasks and qualifications. The document emphasizes the need for effective management of personnel, prompt issue resolution, and regular reporting on service effectiveness. The contractor is also responsible for outreach and communication to engage potential service members and stakeholders, ensuring program credibility and collaboration with organizations. This SOW reflects the government's commitment to aiding SOF WII personnel through a structured, comprehensive support framework within the context of federal procurement processes.
Apr 8, 2025, 7:08 PM UTC
The document outlines regulations related to travel costs, conduct of personnel, and the use of government motor vehicles for contractors involved in military installation services. Travel costs are restricted to government-sanctioned training and relocation for OCONUS positions, adhering to Joint Travel Regulations and Department of State Standardized Regulations. Expenses must receive prior approval from a designated government representative. Contractors must comply with military installation conduct rules and accept that military commanders may impose restrictions for security reasons. Regarding government vehicles, contractors may only use them for official contract duties and cannot use them for personal commuting unless specifically authorized. Violations could result in penalties, with contractors responsible for any unauthorized costs. This document serves as guidance to ensure compliance with federal regulations while executing contracts related to government operations.
Apr 10, 2025, 6:06 PM UTC
The provided document contains an error message indicating that the PDF viewer is unable to display the intended content. It suggests upgrading to the latest version of Adobe Reader to access the document. This type of message typically arises when the file format is not compatible with the current viewer, which can lead to an incomplete understanding of the intended material. The document does not present any specific information about government RFPs, federal grants, or state/local RFPs, thus hindering any analysis or summarization related to those topics. Consequently, without access to the actual content, no key ideas or supporting details can be discerned or summarized. The purpose of accessing the document remains unfulfilled due to technical limitations, leaving the analysis incomplete.
Apr 10, 2025, 6:06 PM UTC
The government document outlines guidelines for prime offerors to complete a Price Matrix in response to a Request for Proposal (RFP) for workforce support services. It emphasizes the importance of filling in designated yellow cells regarding compensation data for both prime and subcontractor personnel. Offerors are instructed to input unit prices for services within specified timelines, ensuring that all calculations auto-populate accordingly. It mandates comprehensive documentation of direct salaries, fringe benefits, and any proposed indirect rates for various labor categories, highlighting stringent requirements for contractor accountability. The document is structured into several sections, guiding offerors on how to summarize labor costs, including the effects of subcontracting on evaluated pricing, particularly for travel and surge-related costs. Compliance with these requirements is critical, as incomplete submissions can result in ineligibility for contract awards. Ultimately, this set of instructions seeks to standardize proposals for various federal, state, and local RFPs, ensuring accurate cost projections and adherence to federal contracting regulations while supporting the government's objective of ensuring efficient service provision through validated labor compensation practices.
Apr 8, 2025, 7:08 PM UTC
This document outlines the instructions for completing a Price Matrix as part of a federal Request for Proposal (RFP) process. It contains critical guidelines for offerors regarding compensation data submission, including unburdened hourly rates for various labor categories, fringe benefits, and subsequent evaluations of proposals based on pricing and indirect costs. Offerors are instructed to input applicable data into the highlighted cells within the provided spreadsheet, ensuring accuracy through a consolidated submission that includes subcontractor compensation data. The document emphasizes the importance of including uncompensated overtime calculations and maintaining compliance with Fair Labor Standards. Failure to adhere to submission instructions may lead to proposal disqualification. Furthermore, it details a proposed budget structure across various contract line item numbers (CLINs), covering service periods and costs associated with travel and surge events. The overarching goal of this document is to ensure clarity and consistency in the government’s procurement process, thereby facilitating competitive, realistic proposals that adhere to budgetary constraints and labor compliance regulations.
Apr 10, 2025, 6:06 PM UTC
This draft Request for Information (RFI) outlines the performance requirements for contractors involved in service delivery related to the WCP program. The document specifies performance objectives tied to mission-critical services, primarily focusing on task order deliverables, non-clinical case management, training, and outreach support. Key performance standards include timely and accurate deliverables, with strict thresholds such as a maximum of two late deliverables per month and one rejected deliverable per month per region. Additional requirements include providing corrective action plans for any deficiencies. The RFI emphasizes the need for effective screening, assessment, and documentation while maintaining client satisfaction through regular population surveys. Timeliness and effectiveness in training and administrative support are paramount, with strict adherence to schedules and error-free training documentation. Overall, the objective of the RFI is to ensure contractors deliver quality services aligned with program goals while adhering to specified performance criteria. Compliance with these standards is crucial for qualification and operational success within the context of federal and state/local service contracts.
Apr 10, 2025, 6:06 PM UTC
The Monthly Status Report provides an update on the performance of the Recovery Care Coordination (RCC) project for January, highlighting the contractor's adherence to quality standards across various performance objectives. Key areas under review include documentation accuracy in the WCP Database, timeliness of initial contacts, frequency of communications, and satisfaction survey ratings. The report indicates that all performance standards—such as maintaining accuracy with less than 15% discrepancies and achieving at least 80% satisfaction ratings—are met. Additionally, the report covers the performance in Benevolence and Career Transition Assistance, confirming that response times and documentation practices also meet required standards. The document further details staffing management, with a focus on personnel qualifications and training completion rates, maintaining compliance with DoDI 1300.24. Training requirements show 100% completion across various topics, suggesting a well-prepared workforce. The report reinforces the contractor's effective management, as it notes no customer complaints, timely reporting, and high satisfaction rates, showcasing a successful implementation of project objectives aligned with government standards. Overall, the report offers a positive assessment of the contractor's performance and adherence to federal expectations for quality and effectiveness in service delivery.
Apr 8, 2025, 7:08 PM UTC
This Monthly Status Report outlines the performance of a contractor overseeing Recovery Care Coordination, Benevolence, Career Transition, and Military Adaptive Sports programs for the period of January. The report confirms that all performance objectives and standards, including documentation accuracy, timely contact with clients, and satisfaction survey ratings, meet or exceed the established Acceptable Quality Levels (AQLs). Specifically, no significant discrepancies were noted in case documentation, initial contact was consistently made within required timeframes, and all provided services received an average satisfaction rating of at least 80%. The report also highlights successful recruitment efforts for Military Adaptive Sports events and effective management of personnel complaints, maintaining compliance with mandatory training requirements. Overall, the contractor delivered effective program management and met all performance metrics without deviations from established standards, enhancing service delivery to the population served. The upcoming events and training schedules are noted, along with a funding report detailing current expenditures and projections for future spending.
Apr 10, 2025, 6:06 PM UTC
The Warrior Care Global Services Contract outlines positions required for support services related to the U.S. Special Operations Command (USSOCOM) and its Warrior Care Program (WCP). It identifies various roles across multiple locations, including Eglin Air Force Base and MacDill Air Force Base in Florida, Fort Bragg in North Carolina, and others, emphasizing the need for regional leads and personnel with specific training and security clearances. Key positions include Benevolent Support Specialists, Career Transition Coordinators, and Recovery Care Coordinators, each with designated labor categories, tiers, and security criteria. The document specifies the qualifications required for these roles, emphasizing experience in military support, career transition services, and adaptive sports programs. The certification in the Warrior Care Program and qualifications tailored to the needs of service members are critical for effective functioning. Overall, this file underscores the government's commitment to providing comprehensive care and operational support to service members transitioning into civilian life, aligning with federal and state RFP objectives for efficient service delivery.
Apr 8, 2025, 7:08 PM UTC
The document outlines the Warrior Care Global Services Contract, specifically detailing the performance locations and key positions required within the Warrior Care Program (WCP). It identifies various roles, including Benevolent Support Specialists, Career Transition Coordinators, and Recovery Care Coordinators, spread across several military bases in Florida, North Carolina, Virginia, and other states. Each role is categorized by labor category, level of experience, and security clearance requirements, indicating the level of responsibility and expertise needed. The focus is on positions critical to supporting the United States Special Operations Command (USSOCOM) and other related organizations, emphasizing the need for local representation at these sites. Key roles like the Recovery Care Coordination Task Manager and Regional Leads are highlighted for their importance in maintaining efficient operations within the WCP. Additionally, the document specifies required qualifications and experiences, pointing out the necessity for accredited educational credentials and relevant military or civilian experience. Overall, the purpose of this document is to set a clear framework for staffing the Warrior Care Program, ensuring the provision of effective support services for service members transitioning to civilian life or in recovery. It serves as a guide for contractors and entities interested in fulfilling these requirements through government contracts or grants.
Apr 10, 2025, 6:06 PM UTC
The document titled "Technical Exhibit 4 – Travel Authorization Request" outlines the process for requesting travel authorization within government operations. It includes essential fields such as the traveler's name, travel dates, destination(s), and the background regarding the travel's purpose. Key objectives highlight the expected outcomes and specific tasks planned during the trip, along with individuals or organizations to meet and the reasons for these interactions. The agenda details a structured itinerary for the trip, showcasing both travel logistics and scheduled meetings with various military leadership and personnel. Additionally, it provides an expense breakdown covering transportation, lodging, rental vehicles, meals, and miscellaneous costs, culminating in an estimated total trip cost. Crucially, approvals from both the contractor and the contracting officer's representative (COR) are required, indicating a necessary oversight process in governmental travel undertakings. This document serves to ensure clarity, accountability, and structured planning in government travel operations, aligning with broader federal RFP processes and grant management.
Apr 10, 2025, 6:06 PM UTC
The document provides historical metrics related to the Recovery Care Coordinator (RCC) program, focusing on active-duty service members with open Recovery Care Plans (RCPs) from 2018 to 2023. Key data is presented across several years, indicating trends in active duty cases, total cases in the database, total cases directly supported, advocacy engagements, and the total number of new cases. For example, the number of active duty wounded, ill, and injured (WII) service members has seen a gradual increase from 5,451 in 2018 to 7,159 in 2023. The document outlines compliance with Department of Defense Instruction (DoDI) 1300.24, which stipulates a maximum caseload for RCCs and their responsibilities in managing RCPs based on the medical acuity and non-medical needs of the service members. The metrics suggest an overall increase in the engagement of advocacy and support for military personnel over the years, emphasizing the program's ongoing adaptation to meet service members' needs effectively while adhering to established guidelines.
Apr 8, 2025, 7:08 PM UTC
The Technical Exhibit (TE) 4 presents an overview of historical metrics related to the Support of Service Members' Recovery Care Plans (RCPs) for Active Duty (AD) personnel. It details trends from 2018 to 2023, highlighting cases with open RCPs, total cases in the database, and advocacy engagements. The number of current AD cases with open RCPs fluctuated around 2,400, while total cases in the database increased from approximately 15,000 in 2018 to over 24,000 by 2023. Direct case support rose consistently, indicating the program's growing reach. The document underscores adherence to DoDI 1300.24 governing Recovery Care Coordinator caseloads, indicating that caseloads depend on the medical conditions and needs of those served. Overall, the TE emphasizes the growing complexity and demand for case management in recovery care services for wounded service members, aligning with federal guidelines to ensure adequate support and resources are allocated as necessary. This information may be pertinent for government RFPs and grants focused on veteran support and healthcare services enhancement.
Apr 10, 2025, 6:06 PM UTC
The document outlines various job positions related to Benevolence and Recovery Care Coordination within U.S. military bases, specifically focusing on MacDill Air Force Base (FL), Fort Bragg (NC), Camp Lejeune (NC), and several other installations. The roles include Benevolent Support Specialists, Career Transition Coordinators, Event Planners, Operations Support Specialists, and multiple Recovery Care Coordinator positions. Each entry specifies the functional area, job title, and ranks ranging from Journeyman to Senior, along with the respective locations, counties, unique position numbers, document revisions, and the date of wage determination. Emphasis is placed on complying with the Department of Labor Wage Determinations applicable to proposed nonexempt labor hour pricing under the Fair Labor Standards Act. Overall, the file serves as a resource for federal and state/local procurement processes, enabling the allocation of qualified personnel to support military personnel and their families during transitions and recovery efforts, ensuring compliance with labor laws.
Apr 8, 2025, 7:08 PM UTC
The document outlines a list of federal job positions related to benevolence, career transition, military adaptive sports, and recovery care coordination across various military bases in Florida, North Carolina, Virginia, and other states. It details positions classified as either journeyman or senior levels, with information on specific locations, counties, and wage determination compliance under the Fair Labor Standards Act. Each entry includes a unique position number, functional area, job title, experience level, city, state, county, and revision number indicating the last update dated December 23, 2024. The structure showcases a methodical organization, indicating ongoing need for personnel in support roles within military frameworks. Emphasis is placed on adherence to wage determinations by the Department of Labor, highlighting regulatory compliance essential for contractors responding to the RFPs. This summary encapsulates the document's essence as a federal resource for procurement of human capital in support and care roles within military settings.
Apr 8, 2025, 7:08 PM UTC
The U.S. Special Operations Command (USSOCOM) issues a WARNING ORDER in response to a mass casualty event at Fort Liberty, NC, involving six service members during a live fire exercise. Two service members are critically injured, while two others face severe injuries, including limb loss and Traumatic Brain Injuries (TBI), with two more sustaining non-life-threatening injuries and exhibiting PTSD symptoms. One service member with minor injuries is also diagnosed with stage two lung cancer, potentially linked to prior burn pit exposure. The document outlines the mission of the USSOCOM Warrior Care Program (WCP), which provides essential non-clinical case management and advocacy for wounded, ill, or injured Special Operations Forces. It calls for a comprehensive approach to care during Recovery, Rehabilitation, Reintegration, and Transition phases and details specific responsibilities for Operations Support Specialists, Recovery Care Coordinators, and Operations Case Coordinators. It further emphasizes the importance of communication with various stakeholders, particularly within the military medical system (DoD, VA, and TRICARE). The integration of contract personnel into the Recovery Care Plan is also highlighted. This order aims to ensure effective support and coordination for the affected service members and their families.
Apr 10, 2025, 6:06 PM UTC
The document outlines requirements for submitting past and present performance information for government contract evaluations related to RFP H92400-25-R-E001. Offerors must complete a performance information sheet for each contract or program considered for assessment, detailing critical aspects such as contract title, number, agency, type, value, and performance period. The form mandates providing two knowledgeable contacts within the company and emphasizes the necessity of summarizing past performance, including detailed descriptions of relevant service offerings linked to the WCGS Statement of Work. Additionally, it requires illustratively connecting past performances to specific relevancy criteria outlined in the RFP. The structure ensures compliance with source selection information as per FAR regulations, ultimately aiming to facilitate the evaluation process for potential contractors in the context of federal contracts and grants.
Apr 8, 2025, 7:08 PM UTC
The document is a performance information sheet required for federal contract evaluations under RFP H92400-25-R-0001. Offerors must complete this form for each relevant contract, providing detailed insights into their past and present performance. Key components include the prime offeror's name, contract details, and points of contact from both government and commercial sectors who are knowledgeable about the contract. The sheet requests a summary of the offeror’s past performance, changes in organizational structure, and a description of services provided, emphasizing relevance to the WGCS acquisition. Additionally, it requires the offeror to illustrate how their past performance relates to the current contract's services and aligns with established relevancy criteria. This information is critical for the source selection process, ensuring transparency and accountability in contract awards, adhering to federal acquisition regulations. The format is structured to compile comprehensive performance metrics for evaluation, emphasizing the importance of documented past performance in federal acquisitions.
Apr 10, 2025, 6:06 PM UTC
The document outlines the evaluation criteria for past performance in government solicitations, including federal RFPs and grants, focusing on the relevancy and confidence assessment ratings of offerors. The relevancy is classified into categories, such as "Very Relevant" and "Relevant," based on the similarity of past performance efforts to the current solicitation's scope and complexities. The evaluation includes adjectival ratings that determine the quality of past performance—ranging from "Exceptional" to "Unsatisfactory"—and confidence levels indicating the government’s expectation of an offeror's ability to fulfill contract requirements. Key performance factors include contract value, locations, security clearance, labor categories, and the diversity of required services. Past performance scores range from 0 to 10 points, leading to overall score brackets that categorize offers as "Very Relevant" to "Not Relevant." The document provides a framework to ensure that offers align closely with the government's needs and establishes a method for assessing contractor capabilities effectively, thereby supporting informed decision-making in contract awarding processes.
Apr 8, 2025, 7:08 PM UTC
This document outlines the evaluation criteria for past performance in response to government RFPs (Requests for Proposals). It details a system of adjectival ratings to assess the relevancy and performance of contractors over a three-year period. Ratings include "Very Relevant," "Relevant," "Somewhat Relevant," and "Not Relevant" based on the similarity of past efforts to current solicitations. Additionally, performance is graded on a scale from "Exceptional" to "Unsatisfactory," considering contractual requirements met and the effectiveness of corrective actions taken by the contractor. Confidence assessments categorize potential offerors into four tiers: "Substantial Confidence," "Neutral Confidence," "Limited Confidence," and "No Confidence," regarding their likelihood of successful performance. The document also establishes a scoring framework based on criteria like contract magnitude, complexity, similarity of scope, and geographic requirements, with a scoring range from 0 to 100 points. This structured approach aims to ensure that the government can effectively evaluate contractor capabilities and relevant past performance, contributing to more effective contract awards.
Apr 10, 2025, 6:06 PM UTC
The document outlines the requirements for obtaining consent from subcontractors and teaming partners for disclosing past performance information to prime contractors during the evaluation process for the USSOCOM Warrior Care Program RFP (H9240025RE001). It emphasizes the necessity of these consent letters to facilitate the Government's assessment of the past performance of major subcontractors and teaming partners. The sample consent letter template provided requests acknowledgment from subcontractors or teaming partners of their participation with a specified prime contractor, permitting the Government to share relevant performance information throughout the source selection. The document serves as a mandatory guideline for proposers to ensure compliance with regulations concerning past performance assessments and underscores the importance of past performance in achieving the best value during contract award decisions.
Apr 8, 2025, 7:08 PM UTC
The document outlines the requirement for a consent letter from subcontractors and teaming partners involved in a federal proposal, specifically for Solicitation H9240025R0001 concerning the USSOCOM Warrior Care Program. This consent is necessary to allow the government to disclose past performance information about these subcontractors to the prime contractor, which is considered a private entity. The emphasis is placed on the importance of past performance evaluations in the federal contracting process, reinforcing the need for subcontractors to authorize the sharing of their performance data. The document provides a sample consent letter template that subcontractors can use to formally grant permission, which must be included in the submission of the Past Performance Volume of the proposal. This process aims to facilitate thorough assessments during the source selection to ensure the best possible outcomes for government contracts.
Apr 10, 2025, 6:06 PM UTC
The Client Authorization Letter outlines the requirements for contractors responding to a USSOCOM Solicitation for the Warrior Care Program. It emphasizes the necessity of obtaining consent from commercial customers before disclosing past performance information to the government. Offerors must submit client authorization letters with their proposals, designating a point of contact from the commercial customer who can provide feedback on the contractor’s past projects. The letter serves to facilitate the government’s evaluation of the offeror’s performance and relevance, aligning with the increasing focus on past performance in procurement processes. It requires clear communication and cooperation between contractors and their clients to support the government’s assessment during the selection process.
Apr 8, 2025, 7:08 PM UTC
The document outlines the requirement for client authorization letters, which are necessary for government contractors to disclose past performance information regarding their commercial customer engagements. These letters must be included in the Present/Past Performance Volume of proposals submitted in response to the USSOCOM Warrior Care Program solicitation (H92400-25-R-0001). The government emphasizes the importance of past performance as a key factor in the selection process, necessitating client consent before any evaluation of past work can occur. The standard authorization letter template provided requests that clients allow the government to inquire about the contractor's previous performance, designating a specific point of contact for such evaluations. This process illustrates the increasing scrutiny by the government in assessing contractors based on their historical performance and collaboration with commercial entities to ensure credibility in federal contracts.
Apr 10, 2025, 6:06 PM UTC
The document outlines a series of questions submitted regarding a federal Request for Proposal (RFP) identified as 25R0001. The inquiries pertain to various sections of the RFP, specifically addressing points of clarification in the evaluation statements and the Statement of Work (SOW). The questions are segmented by their reference numbers and corresponding sections, indicating a structured approach to seeking clarity on expectations and requirements outlined by the government. Each question elicits a response from the government, reflecting their effort to ensure potential vendors fully understand the expectations for proposal submissions. The document highlights the importance of transparency and communication in the RFP process, aiming to facilitate better responses from potential applicants while ensuring compliance with federal guidelines. This structured query-response format is common in government contracts, underscoring the necessity for clarity in government procurement processes.
Apr 10, 2025, 6:06 PM UTC
The document outlines the format for proposing qualifications for a position related to a Statement of Work (SOW) requirement in the context of federal and state RFPs. It emphasizes the need for a position crosswalk that connects individual qualifications to SOW criteria. Required sections include education and certifications, detailing each qualification with the institution and year obtained. The work history section demands a structured approach, specifying previous roles with descriptions that relate back to SOW requirements and individual qualifications. Optional submissions may include accomplishments or awards that further substantiate the candidate's capabilities. This structure is essential for ensuring that applicants comprehensively demonstrate their qualifications in line with the SOW, ultimately aiding in the evaluation process for funding or contract selection. The document serves as a guideline for applicants to ensure clarity and coherence in showcasing relevant experience and credentials for government projects.
Apr 10, 2025, 6:06 PM UTC
The document outlines a comprehensive set of clauses for government contracts, focusing on regulations that govern contracts awarded by federal, state, and local entities. It includes references to various clauses concerning the responsibilities of contracting officers, compensation ethics, whistleblower rights, and data security measures, among others. Key clauses encompass requirements for disclosures related to former DoD officials, cybersecurity compliance with NIST standards, mandates for equal opportunity employment, and contractor responsibilities in maintaining a drug-free workplace. Furthermore, the document emphasizes parameters for electronic invoicing and payment practices, particularly for contractors, establishing guidelines to ensure timely payments and accountability. It also addresses labor laws, contractor qualifications, and the obligations regarding subcontracting arrangements. The purpose of this compilation is to provide clear legal and procedural frameworks for contractors involved with government projects, ensuring compliance with regulations aimed at transparency, accountability, and ethical practices in federal contracting activities. The meticulous structuring of clauses reflects the government's commitment to uphold standards while managing public funds effectively.
Apr 8, 2025, 7:08 PM UTC
The document numbered H9240025R0001 outlines various clauses incorporated by reference for government contracts primarily pertaining to compliance, security, payments, and contractor responsibilities when engaging in federal grants and requesting proposals (RFPs). Key clauses include requirements regarding the compensation of former Department of Defense officials, whistleblower rights, cybersecurity measures aligning with NIST standards, restrictions on contracting with entities linked to state sponsors of terrorism, and rules about subcontracting with small businesses, including service-disabled veteran-owned enterprises. Further, the document discusses specifics of electronic invoicing through the Wide Area Workflow system, emphasizing detailed submission guidelines for payment requests. It provides conditions for contractor performance concerning government funding, including notification requirements when nearing budget limits. The overarching purpose of the document is to ensure that contractors adhere to regulatory standards and to promote responsible contract management to safeguard public funds and ensure accountability. The clauses are essential for maintaining ethical practices in defense contracting while facilitating efficient execution of government projects.
Apr 8, 2025, 7:08 PM UTC
The document outlines various clauses and requirements related to contractor operations and responsibilities on government installations, particularly in response to emergencies and key personnel management. It specifies that in the event of government shutdowns due to emergencies—ranging from natural disasters to acts of war—contractor personnel may not access installations unless authorized. Delays caused by such closures may result in time extensions, work rescheduling, or off-site work permits, with no adjustments to labor rates. Additionally, it mandates insurance requirements for contractors and allows for independent reviews of agency protest decisions. Key Personnel, defined as critical staff whose qualifications influence contract success, cannot be changed without approval from the Contracting Officer. A protocol for handling contractor personnel's Common Access Cards (CACs) upon their termination or separation is also established, ensuring proper communication and accountability. Overall, the document emphasizes the importance of compliance with government protocols and outlines specific responsibilities of contractors in maintaining operational effectiveness and security during unforeseen circumstances. This guidance is essential within the context of federal contracting and grant processes.
Apr 10, 2025, 6:06 PM UTC
RFP 25RE001 outlines the government's requirements for proposals related to the Warrior Care Global Support (WCGS) program. A series of consolidated questions highlight issues surrounding past performance evaluation criteria, clarity on oral presentation formats, and aspects related to contractor qualifications. Key inquiries involve requests for extensions on presentation preparation time, definitions concerning the handling of security clearances, and updates to documentation for direct submissions from subcontractors. The government responses clarify various concerns: oral presentations will occur in person with specified limits on briefers, and past performance citations will be assessed based on stringent relevancy criteria. The document emphasizes the importance of ensuring that all personnel possess the necessary facility clearances, and it outlines detailed requirements for compensation plans and evaluation criteria regarding proposals. Overall, the RFP aims to foster competition while ensuring that contractors meet specific criteria for technical and past performance evaluations, thus seeking to maintain high standards in the WCGS initiative.
Apr 10, 2025, 6:06 PM UTC
The document outlines a Request for Proposal (RFP) for the U.S. Special Operations Command (USSOCOM) regarding the Warrior Care Global Support (WCGS) services. It specifies the contractor's responsibilities to provide non-clinical case management and advocacy services for wounded, ill, or injured service members, alongside their families and caregivers. The services include recovery care coordination, military adaptive sports, benevolence, and career transition support. Key contract components include firm fixed pricing and travel cost considerations as per Joint Travel Regulations. The document describes a structured approach to the service delivery timeline from September 2025 to December 2030, encompassing various option line items for continued services each year. It emphasizes compliance with federal regulations, including payment instructions and insurance requirements, and outlines guidelines for contractor personnel conduct, use of Government resources, and protection of sensitive information. Overall, this RFP demonstrates the government’s commitment to providing comprehensive support to Special Operations Forces while ensuring adherence to regulatory and logistical protocols in service management and execution.
Apr 10, 2025, 6:06 PM UTC
This document is an amendment to a previously issued Request for Proposal (RFP) from the U.S. Special Operations Command (USSOCOM) regarding a solicitation number H9240025RE001. The amendment updates specific items in the RFP in response to industry questions, extending the proposal due date from April 11, 2025, to April 18, 2025. It includes modifications across various sections, such as the Statement of Work (SOW) and attachments, which have been revised and updated with new version numbers. Notably, the amendment officially incorporates the evaluation of options into the award evaluation criteria while deleting the previous clause that excluded options. The document delineates clear procedures for acknowledging receipt of the amendment and modifying existing submissions if necessary, ensuring compliance with federal regulations. It emphasizes the importance of timely acknowledgment to avoid rejection of offers. The amendments signify the commitment to maintaining transparency and responsiveness to industry inquiries, ensuring prospective contractors have the latest information for submitting competitive proposals.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
RFI: Dry Combat Submersible In-Service Engineering
Buyer not available
The United States Special Operations Command (USSOCOM) is seeking information from qualified sources for the Dry Combat Submersible (DCS) In-Service Engineering project, as part of a follow-on contract to an existing agreement with Lockheed Martin Corporation. The objective is to procure engineering upgrades and technical support for the DCS, which is designed for the insertion and extraction of Special Operations Forces in denied areas, with ongoing enhancements to improve capabilities and reduce weight. Interested parties are invited to submit capability statements by May 9, 2025, with a maximum ceiling value for the contract yet to be determined, and should direct their responses to Joshua Myers at joshua.t.myers.civ@socom.mil.
ISS-J II Solicitation
Buyer not available
The Department of Defense, specifically the US Special Operations Command (USSOCOM), has issued a Combined Synopsis/Solicitation notice for the procurement of Intelligence Support Services - Joint II (ISS-J II). This acquisition is being offered for competition and is limited to eligible Service-Disabled Veteran-Owned Small Business (SDVOSB) participants. The service is typically used to provide intelligence support services to the government. The place of performance includes multiple locations in CONUS and OCONUS. Interested parties must meet certain eligibility requirements, including being a prime contractor that is a Service-Connected Disabled Veteran Owned Small Business with Top Secret Facilities Clearance, and having a subcontractor, partner, or teammate with Secret Safeguarding Capability. The solicitation will not be posted on FBO, and interested parties must complete a spreadsheet and submit it with the required supporting documentation to the listed points of contact. The solicitation is expected to be sent to verified eligible parties within the next 1-2 weeks. Questions or comments regarding the solicitation should be submitted in writing via email to the listed points of contact.
Supply Chain Optimization Support (SCOS)
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is seeking qualified vendors to provide Supply Chain Optimization Support (SCOS) services for the AMCOM Logistics Center. The objective is to enhance Stock Availability service support for Non-Performance Based Logistics related to B-64 missile and B17 aviation Source of Supply systems, focusing on areas such as forecasting, demand planning, inventory management, and logistics. This opportunity is particularly significant as it aims to meet evolving mission needs through innovative and efficient supply chain solutions. Interested parties, especially Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit a one-page capabilities statement by 2 pm CST on August 1, 2025, to Jennifer L. McClure at jennifer.l.mcclure14.civ@army.mil, and must be registered in the System for Award Management (SAM) and hold Joint Certification Program (JCP) certification.
Arctic Medical Subject Matter Expertise Service
Buyer not available
The Department of Defense, through the U.S. Special Operations Command (USSOCOM), is seeking sources for the Arctic Medical Subject Matter Expertise Service, aimed at enhancing medical training for Special Operations Forces. This initiative focuses on delivering specialized training in Tactical Combat Casualty Care (TCCC), Prolonged Field Care (PFC), and Arctic Clinical Practice Guidelines (CPGs) in challenging environments, with an emphasis on safety and compliance with government regulations. Contractors must possess expertise in mountaineering and arctic conditions, provide accredited training certifications, and have extensive experience in emergency and mountain medicine. Interested parties can reach out to TSgt Trenton Beavers at trenton.h.beavers.mil@socom.mil or call 719-723-6141 for further details regarding this opportunity.
MNOC Classroom Upgrade
Buyer not available
The Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the MNOC Classroom Upgrade project at Camp Lejeune, North Carolina. This initiative aims to renew, replace, and upgrade the voice, audio, video, and data systems infrastructure supporting the MARFORSOC Network Operator Course Classroom, ensuring modernized training capabilities. The project is particularly significant as it emphasizes inclusivity by encouraging participation from women-owned small businesses, including economically disadvantaged women-owned small businesses. Interested vendors must submit their quotes by 12:00 PM EST on May 12, 2025, following a mandatory site visit on April 22, 2025, and can direct inquiries to Betty Gonzalez at beatriz.gonzalez.civ@socom.mil or Samuel Williams at samuel.williams1@socom.mil.
National Registry Emergency Medical Technicians
Buyer not available
The U.S. Army Special Operations Command, under the Department of Defense, is seeking information from potential contractors to provide national certifications for Emergency Medical Technicians (EMTs) and Paramedics for the Joint Special Operations Medical Training Center. This Request for Information (RFI) aims to gather insights and capabilities from industry participants to inform future procurement strategies, emphasizing the importance of these certifications in enhancing emergency medical training and operational readiness. Interested firms are required to submit detailed documentation demonstrating their capabilities and relevant experience by October 17, 2024, and must be registered with the System for Award Management. For further inquiries, potential respondents can contact Debbie Harris at debbie.harris.civ@socom.mil or Jonathan D. Long at jonathan.long@socom.mil.
Non-standard Maritime Vessel
Buyer not available
The U.S. Special Operations Command (USSOCOM) is seeking sources for the procurement of a Non-Standard Maritime Vessel, specifically an ocean-going trawler-styled motor yacht, to be utilized during an exercise in Nome, Alaska. The vessel must be a minimum of 25 meters in length, capable of berthing ten passengers, and equipped with station keeping or bow thrusters, an enclosed bridge, and facilities for storage and classification. This procurement is critical for ensuring operational readiness and support during the exercise scheduled from August 2 to August 15, 2025, with requirements for 24-hour accessibility to the vessel and pier space in Nome. Interested parties should contact TSgt Trenton Beavers at trenton.h.beavers.mil@socom.mil or call 719-723-6141 for further details.
Targeted Requirement EXecution (TREX) 3 Multiple Award Contract(s) (MAC) Follow-On Request for Proposals (RFP)
Buyer not available
The U.S. Department of Defense, through the United States Special Operations Command (USSOCOM), is soliciting proposals for the Targeted Requirement Execution (TREX) 3 Multiple Award Contract (MAC), with a total ceiling value of $2.39 billion. This procurement aims to establish a framework for acquiring various supplies and services over seven one-year ordering periods, emphasizing compliance with federal regulations and the importance of maintaining competitive bidding among contractors. Interested vendors must adhere to strict submission guidelines, including providing documentation for security clearances, and are encouraged to submit their proposals electronically by the specified deadlines. For further inquiries, potential offerors can contact Eric N. Carlin at eric.carlin@socom.mil or Deanna R. Grimshaw at deanna.grimshaw@socom.mil.
Wing Inflatables Combat Rubber Raiding Craft (CRRC) Maintenance, Repair, Parts & Training
Buyer not available
The Department of Defense, specifically the Naval Special Warfare Command under the US Special Operations Command (USSOCOM), is seeking to award a contract for the maintenance, repair, parts, and training of Wing Inflatables, Inc. Combat Rubber Raiding Craft (CRRC). This procurement aims to establish a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract, issuing Firm Fixed Price (FFP) task orders exclusively to Wing Inflatables, Inc., as this is a sole source acquisition justified under simplified acquisition procedures. The CRRCs are critical for various military operations, and the contract will adhere to the NAICS code 336612, with a size standard of 1,000 employees. Interested parties can reach out to Kelly L. McNeill at kelly.mcneill@socom.mil for further information, although this notice does not constitute a Request for Quotation (RFQ) or an obligation on the part of the Government.
Vitalstream CM Kits / Wearable Medical Devices
Buyer not available
The Department of Defense, specifically the Naval Special Warfare Command, intends to award a contract to Caretaker Medical for maintenance services of wireless wearable medical devices that continuously monitor vital signs. This procurement is a sole source acquisition, as Caretaker Medical is the only authorized vendor for the maintenance of these specialized systems, which are critical for monitoring the health of personnel in operational environments. The contract will be awarded under the Federal Acquisition Regulation (FAR) guidelines, with a Firm Fixed Price Purchase Order planned, and interested parties can reach out to Anna Bollino or Meredith Howes via email for further inquiries. The acquisition falls under NAICS code 334510, with a size standard of 1,250 employees.