Personal Assistance Services To Assist Individuals With Targeted Disabilities
ID: N61331-25-R-NP01Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERPANAMA CITY BEACH, FL, 32407-7001, USA

NAICS

Services for the Elderly and Persons with Disabilities (624120)

PSC

SUPPORT- PROFESSIONAL: PERSONAL SERVICES CONTRACTS (R497)

Set Aside

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

    The Department of Defense, specifically the Naval Surface Warfare Center, intends to award a firm fixed price contract for the upgrade of the Lift Fan Impeller Blade for the Landing Craft Air Cushion 100 (LCAC100) class. This procurement involves establishing an interim production and depot repair retrofit contract with the General Tool Company for various components, including GEN2 Lift Fan Impeller Blades and associated assemblies, totaling 162 units. The upgrades are critical for maintaining the operational readiness of the LCAC100, which plays a vital role in amphibious operations. Interested parties can direct inquiries to Nitaya Prater at nitaya.prater.civ@us.navy.mil, with funding sourced from Fiscal Year 2024 Other Procurement Navy, and an estimated completion timeline of 36 months post-award.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) from the Naval Surface Warfare Center Panama City Division for Personal Assistance Services (PAS) aimed at supporting individuals with disabilities, specifically for feeding assistance services to a quadriplegic employee. The RFP includes various supply line items for the services over a period that encompasses a base year and three six-month options. Key requirements detail the on-site services at NSWC PCD and off-site services at the employee’s home, including specific tasks related to daily living and feeding. The contractor is responsible for providing necessary materials and a monthly status report to document progress. Access to government facilities requires adherence to security protocols, and all work must occur under government oversight. Costs related to contract performance, and compliance with security and operations management standards, are emphasized throughout. This RFP represents a commitment to enhancing employment opportunities for individuals with disabilities within a government context, highlighting the significance of supportive services to facilitate their daily work life.
    The Naval Surface Warfare Center Panama City Division is seeking contractor support to provide Personal Assistance Services (PAS) aimed at individuals with disabilities in the workplace. This contract includes a base year and three optional 6-month extensions, focusing on services for a quadriplegic employee, both onsite at NSWC PCD and offsite during telework days. The defined services encompass food preparation, feeding assistance, and light cleanup, to be conducted during specified hours. Contractors are responsible for providing essential materials such as feeding utensils and a comfortable chair. Additionally, the contractor must prepare a monthly status report detailing progress, challenges, and solutions. Access to government facilities is restricted and monitored, and contractors must comply with security protocols for unclassified information. The proposal emphasizes the importance of presenting a capable workforce while ensuring operational and data security is maintained. The selection will consider past performance and the overall cost of services. This RFP reflects the government's commitment to supporting disability inclusion in the workplace while maintaining strict oversight and quality assurance in service delivery.
    The government solicitation N61331-25-R-NP01 seeks Personal Assistance Services for individuals with targeted disabilities, specifically noting one quadriplegic in need of assistance. This notice indicates that it is a re-competition of an existing contract (N6133123P0202) rather than the initial contract, which suggests a desire for continuity in service for specific needs. The solicitation allows for contractors to present past experience rather than just past performance evaluations, indicating a broader acceptance of qualifications. The focus is on securing quality assistance for individuals with disabilities requiring specialized support, showcasing the government's ongoing commitment to providing essential services for vulnerable populations while fostering competition among service providers.
    The document outlines a combined synopsis and solicitation for personal assistance services aimed at individuals with targeted disabilities, specifically addressing the needs of quadriplegics. It is a re-compete of a previous contract, identified as N6133123P0202. Key details include that only one quadriplegic individual requires assistance, and the government will accept past experience as a substitute for formal past performance evaluations. Services are expected to commence approximately three to four weeks post-award, contingent upon the status of contract deliverable reports, which may necessitate one or two submissions based on the timing of the award. Overall, this solicitation reflects the government's commitment to providing essential support services for individuals with disabilities and emphasizes the importance of timely service initiation post-contract award.
    The document outlines a solicitation notice (ID: N61331-25-R-NP01) for Personal Assistance Services targeted at individuals with disabilities, specifically for quadriplegics. It serves as a re-compete following a previous contract (N6133123P0202). Key questions and answers address operational specifics, such as the anticipated start date for service, which is three to four weeks post-award, and clarification on service requirements, including that toileting assistance and lifting are not necessary. The contractor will prepare and provide meals, using existing employee utensils and workspace without needing additional furniture. Overall, the RFP emphasizes the provision of necessary daily living assistance while ensuring compliance with prior service standards and contractor experience. The document serves to guide potential contractors in understanding service expectations and operational parameters as part of the federal government’s initiative to support individuals with targeted disabilities.
    The U.S. government has issued a Request for Proposal (RFP) (N61331-25-R-NP01) seeking personal assistance services for individuals with targeted disabilities, specifically focusing on one quadriplegic individual. This contract is a re-compete of a prior contract (N6133123P0202), allowing contractors to submit their past experience in lieu of past performance evaluations. Services are anticipated to commence three to four weeks post-award, adhering to a task framework established in Section 3.3 regarding Daily Living Services. Notably, routine tasks do not include toileting, and feeding logistics allow for flexibility in workspace arrangements. The government specifies a minimum of two hours for daily tasks, accommodating associated preparatory and wrap-up activities, ensuring service providers do not incur loss. Importantly, the total required labor remains unchanged, with no adjustments to the patient’s support needs outlined in the Statement of Work. The document reflects the government's commitment to meeting specific care requirements while maintaining clarity in contractual expectations and service details.
    Similar Opportunities
    Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) Availabilities Including Option Year Quantities
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), intends to award a sole source contract to Walashek Industrial and Marine, Inc. for the completion of up to seven Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) availabilities, including option year quantities. This Firm-Fixed Price contract will encompass necessary material and labor to address emergent issues identified during pre-overhaul tests and inspections, ensuring the crafts are returned to the Fleet in a fully mission-capable status. The LCACs are critical for amphibious operations, and this contract aims to extend their service life beyond previous modernization efforts. Interested parties may submit capability statements to Ryan Ksanznak at ryan.m.ksanznak.civ@us.navy.mil and Megan Johnson at megan.e.johnson90.civ@us.navy.mil within 15 days of this notice, although the government does not guarantee a response or reimbursement for submissions.
    Repair of LCS2 Class Waterjet and Impeller Shaft Assemblies
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from qualified vendors for the repair of Littoral Combat Ship (LCS) 2 class waterjet and impeller shaft assemblies. The procurement aims to ensure compatibility and conformity with existing systems, as the assemblies are exclusively developed and produced by Defense Maritime Solutions (DMS), which the government intends to procure from under a sole source solicitation. Interested parties are invited to submit responses detailing their capabilities to meet the repair service requirements by 4:00 PM EST on December 16, 2025, to William Ryan at william.j.ryan1@navy.mil. This request for information is for market research purposes only and does not constitute a request for proposals or a commitment to contract.
    N0038326PR0R173 - Pre-Solicitation
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is preparing to issue a sole-source Request for Quotation (RFQ) for the repair of six BLADE ASSEMBLY units from Hamilton Sundstrand Corporation. This procurement, justified under 10 U.S.C. 2304(c)(1) and FAR 6.302-1, is critical for Foreign Military Sales (FMS) and emphasizes that only one responsible source can fulfill the agency's requirements. While other manufacturers may submit capability statements, only approved sources will be considered, and the procurement process will not accommodate delays for Source Approval Requests. Interested parties should direct their capabilities to Gina Sassane at gina.p.sassane.civ@us.navy.mil, with the solicitation expected to be released around December 17, 2025, and proposals due by January 16, 2026.
    SEAL,LIP 2ND
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of the SEAL, LIP 2ND, under a fixed-price contract. This procurement is crucial for maintaining operational readiness and involves the production of specialized components that adhere to stringent military specifications and standards. The contract includes requirements for quality assurance, inspection, and compliance with various military standards, ensuring that all delivered items meet the necessary criteria for functionality and reliability. Interested vendors should contact Joshua D. Martin at 717-605-4356 or via email at JOSHUA.D.MARTIN76.CIV@US.NAVY.MIL, with the RFQ closing date extended until COB on January 5, 2026.
    FMS Repair of BLADE ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting quotes for the repair of a "BLADE ASSEMBLY" under solicitation number N0038326Q0121, associated with a Foreign Military Sales (FMS) case. The procurement requires adherence to specific repair standards, quality assurance protocols, and compliance with various federal regulations, including FAR and DFARS clauses, emphasizing the importance of maintaining commercial standards and manufacturer specifications. This repair service is critical for ensuring the operational readiness of military aircraft components, specifically those related to aircraft propellers. Interested vendors should contact Dina Wojciechowski at 215-697-1219 or via email at dina.m.wojciechowski.civ@us.navy.mil for further details and to submit their quotes.
    LAU PAGS FIELD REPA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of parts for AV-8B and F402 aircrafts, specifically NSN: 1620-00-890-3202, under the presolicitation titled "LAU PAGS FIELD REPA." The contract will be an Indefinite Quantity Contract with an estimated annual quantity of 80 units over a term of 60 months, requiring delivery within 560 days after receipt of order. This procurement is critical for maintaining aircraft operational readiness, and it is classified as unrestricted, allowing all responsible sources to submit offers. Interested parties should prepare their proposals in accordance with the solicitation, which will be available on the DLA Internet Bid Board System (DIBBS) around December 8, 2025. For further inquiries, contact Renee Griffin at renee.griffin@dla.mil or (445) 737-2040.
    BLADE SEAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of a BLADE SEAL, identified by NSN 1RM 9999 LLCGGB700 V2 and part number 901-031-277-101. The contract requires the submission of proposals from approved sources, and interested vendors must provide necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online. This procurement is critical for maintaining operational readiness and support for the Navy's fleet, with a focus on ensuring quality and compliance with government standards. Interested parties should submit their quotes via email to Ryan P. Stock at RYAN.P.STOCK2.CIV@US.NAVY.MIL by the specified due date, as failure to comply with submission requirements may result in disqualification.
    28--SHROUD,TAILCONE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of a SHROUD, TAILCONE, which is a critical component of the ADCAP Mechanical system. This procurement aims to fulfill specific design, manufacturing, and performance requirements as outlined in the solicitation, with an emphasis on quality assurance and compliance with military standards. The successful contractor will be responsible for delivering a total of 24 units, with a desired delivery timeline of 12 weeks for each of the two line items specified. Interested vendors should contact Zachary R. Morrill at 717-605-1552 or via email at zachary.r.morrill.civ@us.navy.mil for further details and to ensure compliance with the submission requirements.
    Procurement of Propeller Assemblies, Spare Parts and Components
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of propeller assemblies, spare parts, and components. This opportunity involves a sole source contract with Hamilton Sundstrand DBA Collins Aerospace, Inc., aimed at fulfilling ongoing requirements for various aircraft components over a one-year base period with four additional option years. The goods are critical for maintaining operational readiness and safety in aviation logistics, underscoring their importance to the Coast Guard's mission. Interested vendors must submit their proposals by December 12, 2025, at 11:59 PM EST, and direct all inquiries to Dmitri E. Mercer via email, ensuring to reference solicitation number 70Z03826QL0000013 in the subject line.
    20 - HUB,PROPELLER, SHIP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure three units of a specific hub, propeller, and ship component under the presolicitation notice for contract action. The procurement involves a part identified by NSN 7H 2010 012480378 M2, with delivery terms set as FOB Origin, and it has been determined that the government does not own the necessary data or rights to purchase this part from additional sources. This component is critical for ship and boat propulsion systems, and interested parties are encouraged to submit their capabilities or proposals within 45 days of the notice publication, with all inquiries directed to Alison Harper at alison.e.harper.civ@us.navy.mil or by phone at 771-229-0456.