DRAFT RFP - Materiel Fielding and Medical Liaison Support Services
ID: DRAFT_RFP__SMD_FIELDING_2024Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG NATICKNATICK, MA, 01760-5011, USA

NAICS

Process, Physical Distribution, and Logistics Consulting Services (541614)

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Army Contracting Command – Aberdeen Proving Ground (ACC-APG) Natick Division, is seeking proposals for Materiel Fielding and Medical Liaison Support Services under a Draft Request for Proposal (RFP). The primary objective is to provide comprehensive medical material support to Army components, ensuring healthcare readiness through various services including program management, logistics analysis, and medical liaison activities. This procurement is critical for maintaining effective logistical and medical support in military operations, with a total funding amount anticipated at $20 million. Interested small businesses are encouraged to review the draft documents and submit their feedback by February 14, 2025, to the primary contacts Patrick Wallace and Jason Goode via the provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement outlines the requirements for the provision of Materiel Fielding and Medical Liaison Support Services for the Soldier Medical Devices (SMD) under the Program Executive Office Soldier (PEO-S). The primary purpose is to ensure medical material support to Army components for healthcare readiness. The document details various support services such as program management, logistics analysis, and medical liaison services, focusing on efficient operation and compliance with federal regulations. Key tasks include managing medical materiel inventory, fielding support, and ensuring the delivery of technical guidance to units in need. The contractor is required to provide detailed reports, including monthly progress and fielding analysis, while also adhering to specific training and qualification standards. Additionally, the document addresses issues related to organizational conflicts of interest, quality control, and transition plans between contracts. It establishes clear roles and responsibilities for contractors and emphasizes customer satisfaction and adherence to military-specific standards and protocols. Overall, the statement highlights the critical nature of logistical and medical support in military operations and the structured approach required for successful execution.
    The document outlines a federal Request for Proposal (RFP) for a contract focusing on Materiel Fielding and logistics support over a multi-year period from July 2025 to July 2030. The program is divided into four option periods with each lasting twelve months and includes an initial transition phase. It specifies staff requirements, with estimated Full-Time Equivalent (FTE) hours for various labor categories including key positions like Program Manager and Logistics Analysts, with a total of 423,000 hours anticipated across all periods. The document assigns locations for personnel, primarily in Frederick, MD, and several military installations, with a mix of specified and non-specified locations for other roles. The structure conveys the need for specialized management, analysis, and logistics support services, emphasizing the importance of qualified personnel for effective program execution. Overall, this RFP aims to secure competent staffing to ensure proper logistics and materiel fielding operations supporting military needs.
    The file pertains to a series of Requests for Proposals (RFPs) and grants involving federal, state, and local government initiatives. It outlines the processes, criteria, and expectations for potential contractors and organizations seeking funding or project involvement. Key topics include the scope of work, eligibility requirements, evaluation metrics for proposals, and deadlines for submissions. Notably, the document emphasizes the necessity for compliance with federal and state regulations, including reporting protocols and accountability measures. It also highlights the importance of community engagement and sustainability practices in applications. The structure of the document features a question and answer format, allowing for clarity in responses to commonly expected queries from proposers. This format serves to guide applicants in aligning their proposals with the outlined expectations while fostering a transparent and efficient application process. Overall, the file serves as an essential resource for entities looking to navigate government funding opportunities and successfully respond to RFPs, ensuring they meet required standards and contribute positively to community-oriented projects.
    The document outlines the Organizational Conflict of Interest (OCI) Certification process for Solicitation W911QY-25-R-A001, initiated by the Program Executive Office Soldier, Soldier Medical Devices (PEOS, SMD). It categorizes requirements into three areas: Internal Support, Program Administrative Support, and Product Support. Each category has unique access to procurement-sensitive data and associated mitigation strategies to prevent conflicts of interest. For the given solicitation, the project falls under Category 3: Product Support, where contractors have limited access to critical data and a lower risk of influencing other contracts. The document stipulates that contractors must disclose any previous contracts with PEOS, SMD. If there is potential for OCI, contractors must provide a comparative analysis and an OCI Mitigation Plan with their proposal. This ensures that contractors do not gain an unfair advantage in future procurements. Certification of OCI status is mandatory, and the contractor must ensure compliance, including educating all employees engaged in the project about OCI implications. Non-compliance may lead to contract termination and disqualification from future awards. Overall, the document underscores the need for transparency and adherence to rules governing potential conflicts in government contracting.
    The document is a solicitation for a Women-Owned Small Business (WOSB) contract for commercial products and services aimed at enhancing government procurement opportunities. It specifies essential information such as requisition and contract numbers, award dates, and the solicitation's issuing points, including the contact person and their details. The solicitation includes options for offer submission (Request for Quote, Invitation for Bid, or Request for Proposal) and outlines payment terms. Furthermore, it highlights the commitment to supporting economically disadvantaged, service-disabled veteran-owned, HubZone, and general small businesses. The total award amount is set at $20,000,000, aimed at fulfilling specific government needs while prioritizing participation from women-owned businesses. The document serves as a formal invitation for bids and proposals, detailing the procedural framework that interested parties must follow to compete for this federal contract.
    The DD Form 1423-1 is a Contract Data Requirements List that outlines necessary documentation for contracts in relation to federal grants and local RFPs. It details various data item submissions mandated after contract awards, including types of reports required, submission frequencies, and responsible parties. Key items listed include the Monthly Progress Report, Kickoff Meeting and Program Reviews, Expenditure Plans, and Quality Control Plans, all emphasizing the submission of relevant data such as expenditures, schedules, and compliance with operational requirements. Reports are categorized under the Management Data Item (MDI) and focus on essential metrics to ensure project oversight and adherence to contractual obligations. Submission deadlines range from 30 days to quarterly intervals following contract awards, often requiring initial submissions within specified days (e.g., 30, 90, or 120 days). The form also includes instructions for completion, pricing groups based on the data item's nature, and approval requirements. Overall, this document serves to establish systematic reporting and accountability in government contracting, facilitating informed decision-making and resource allocation.
    Lifecycle
    Title
    Type
    Similar Opportunities
    REQUEST FOR INFORMATION (RFI) FOR MARKET RESEARCH FOR THE MEDICAL/SURGICAL PRIME VENDOR PROGRAM - DLA TROOP SUPPORT
    Buyer not available
    The Defense Logistics Agency (DLA) is conducting a Request for Information (RFI) to gather market research for the Medical Surgical Prime Vendor Program (Med/Surg PV), aimed at developing an acquisition strategy for a long-term, indefinite quantity contract. This initiative is critical for providing a comprehensive range of medical and surgical supplies to designated Medical Treatment Facilities (MTFs) through a single distribution channel, ensuring next-day delivery of both brand name and generic products. Interested vendors are invited to respond to the RFI by February 28, 2025, with submissions directed to Beatrice Lopez-Pollard, Contracting Officer, via mail or email at beatrice.lopez-pollard@dla.mil. The information collected will inform the contract formation process while safeguarding proprietary submissions.
    ACC-APG Natick Division FY25 Upcoming Aquisitions
    Buyer not available
    The Department of Defense, through the ACC-APG Natick Division, is announcing upcoming acquisitions for Fiscal Year 2025, aimed at enhancing capabilities related to chemical, biological, radiological, and nuclear defense. The procurement includes a variety of requirements such as the purchase of a CISCO AMP firepower system, professional services, peptide synthesizers, and HVAC maintenance, with contract values ranging from $110,032 to $49,201,610. These acquisitions are crucial for supporting the Joint Program Executive Office for Chemical, Biological, Radiological, and Nuclear Defense (JPEO CBRND) in its mission to ensure national security. Interested contractors can reach out to the Natick Division at usarmy.natick.acc-micc.mbx.ncd-internal-tasker@army.mil for further details, as the tentative award dates are set for early 2025.
    MTEC Solicitation Summary: Fiscal Year 2025 Multi Topic Request for Proposals
    Buyer not available
    The Department of Defense, through the Medical Technology Enterprise Consortium (MTEC), is soliciting project proposals for the Fiscal Year 2025 Multi-Topic Request for Proposals (RPP) aimed at advancing medical technologies relevant to military operations. Proposals must focus on one of the specified areas of interest, including infection prevention in battlefield wounds, treatment of sepsis, and musculoskeletal injuries, with an emphasis on military relevance and innovation in medical techniques and products. This initiative is critical for enhancing the readiness and effectiveness of military personnel in future conflicts, with potential funding amounts ranging from approximately $750,000 to $5 million depending on the focus area and project scope. Interested parties should direct inquiries to Chuck Hutti at chuck.hutti@ati.org and submit proposals in accordance with the guidelines available on the MTEC website, with the expectation of awards being made in FY 2025 and 2026.
    Getinge Equipment Maintenance
    Buyer not available
    The Department of Defense, through the Medical Readiness Contracting Office-East, is soliciting proposals for the maintenance and repair of Getinge equipment at Womack Army Medical Center, Fort Liberty, NC. The contractor will be responsible for providing all necessary personnel, equipment, supplies, and services to perform scheduled maintenance and repairs, adhering to the standards outlined in the Performance Work Statement. This procurement is crucial for ensuring the operational readiness of medical equipment, which is vital for healthcare delivery in military settings. Interested small businesses, including HUBZone and service-disabled veteran-owned firms, should note that the total award amount is capped at $230,559.76 for a Blanket Purchase Agreement lasting up to 36 months, with proposals due by February 21, 2025, and inquiries accepted until February 13, 2025. For further information, contact MSG Angelica Brown at angelica.d.brown.mil@health.mil or Mr. Michael J. McCollum at michael.j.mccollum12.civ@health.mil.
    Draft Solicitation: Next Generation Command and Control (NGC2) - 03 February 2025
    Buyer not available
    The Department of Defense, through the Army Contracting Command at Aberdeen Proving Ground, is seeking industry feedback on the draft solicitation for the Next Generation Command and Control (NGC2) program, scheduled for release on February 3, 2025. This initiative aims to modernize Army operations by developing a data-centric command and control system that enhances decision-making capabilities for commanders in various operational environments. The procurement will involve multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with evaluations focusing on technical proposals, past performance, and compliance with submission requirements. Interested parties are encouraged to submit their feedback by 4:00 PM EST on February 13, 2025, to the primary contact, Eric Roberts, at eric.j.roberts48.civ@army.mil, or to MAJ Quentin Sica at quentin.sica.mil@army.mil.
    Military Personnel Office Support
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, is seeking proposals for Military Personnel Office Support Services under a competitive 8(a) set-aside contract. The contract, which will be awarded for a duration of five years, aims to provide essential administrative and personnel services to active-duty Soldiers, their families, DoD civilians, and military retirees, ensuring compliance with established guidelines and efficient service delivery. The contractor will be responsible for various tasks, including personnel processing, records management, and soldier readiness, with performance monitored through a Quality Assurance Surveillance Plan to maintain high service standards. Interested small business 8(a) certified companies must submit their proposals and past performance evaluations by 10 AM on January 10, 2025, and can direct inquiries to Nicole Sutton or Amy M. Bowen via their provided email addresses.
    ACC-APG Division D Competitive/Fair Opportunity Industry Update
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Aberdeen Proving Ground (ACC-APG) Division D, is issuing a special notice to provide updates on competitive acquisition opportunities. The objective is to enhance communication with stakeholders and gather insights on innovative contracting methods to support the Army's mission of maintaining land dominance and operational readiness. These updates will cover various projects, including financial improvement initiatives and soldier protection systems, with all information provided being for informational purposes only and subject to change. Interested parties can direct inquiries to Kimberly A. McCarthy at kimberly.a.mccarthy14.civ@army.mil or Robin P. Donovan at robin.p.donovan.civ@army.mil, with the understanding that no formal proposals should be submitted at this stage.
    Pouch Converters Capable of Fabricating, Filling, Processing (via commercial sterilization) Group Sized Serving Pouches
    Buyer not available
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command - Soldier Center (DEVCOM-SC), is seeking industrial sources capable of fabricating, filling, and processing Group Sized Serving Pouches (GSPs) for military rations. The primary objective is to identify vendors who can meet specific requirements, including the ability to produce pouches ranging from 24 to 144 ounces, with a targeted shelf life of three years at 80°F, and compliance with safety standards for food packaging. These pouches will play a crucial role in the U.S. military's Group Ration Platform, ensuring that soldiers have access to safe and nutritious food options in the field. Interested parties must submit their responses electronically by February 7, 2025, at 5 PM EST, to the designated contacts, Danielle Froio and Jean Trumpis, with no funding currently available for this sources sought announcement.
    Request for Information: New Modern Software Delivery Multiple Award IDIQ
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking responses for the Modern Software Delivery Multiple Award Indefinite Delivery Indefinite Quantity (MAIDIQ) contract, aimed at enhancing the Army's software development capabilities. This initiative, valued at approximately $50 billion, focuses on the rapid design, deployment, and maintenance of critical software systems, utilizing modern practices such as Agile methodologies and DevSecOps. The contract will support various software enablement efforts, including custom software development and integration, while ensuring compliance with cybersecurity standards and performance metrics. Interested parties should submit their responses to the Draft Request for Proposal (RFP) by 10:00 AM on January 8, 2025, via email to the designated contact, with further details available in the attached documents.
    ACC-APG Competitive Opportunities: Edgewood Contracting Division November 2024 update
    Buyer not available
    The Department of Defense, through the Army Contracting Command - Aberdeen Proving Ground (ACC-APG), is providing a quarterly update on competitive contracting opportunities within the Edgewood Contracting Division, with a focus on upcoming acquisitions. The opportunities outlined in the attached document include various solicitations for public affairs services and program support aimed at enhancing communication and educational outreach in the U.S. Army's Chemical and Biological Defense sector, with contract values ranging from $250,000 to over $100 million. These initiatives are critical for engaging targeted audiences, developing STEM educational opportunities for minority-serving institutions, and producing advanced biosensors for biological warfare detection. Interested parties are encouraged to direct any questions via email to the designated point of contact listed in the Excel sheet, with updates and inquiries accepted for one week following the posting. All information is subject to change, and the government will not reimburse for any feedback or documentation provided by industry stakeholders.