DAF Civilian Wellness Industry Day
ID: FA800324R0020Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8003 771 ENTERPRISE SOURCING SQWRIGHT PATTERSON AFB, OH, 45433-5344, USA

NAICS

Other Individual and Family Services (624190)

PSC

SUPPORT- MANAGEMENT: OTHER (R799)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is hosting an Industry Day focused on the procurement of Civilian Wellness Services for approximately 200,000 civilian employees across various branches, including the Air Force, Air Force Reserve, Air National Guard, and Space Force. The objective is to consolidate multiple wellness programs into a comprehensive contract that includes services such as 24/7 helpline support, in-person consultations, educational activities, counseling, health screenings, and crisis management, all provided at no cost to employees and their families. This initiative underscores the Air Force's commitment to enhancing employee wellness and productivity through accessible health resources, with a formal Request for Proposals (RFP) anticipated in the third quarter of 2025. Interested vendors are encouraged to participate in the Industry Day on January 14 and 15, 2025, at Wright Patterson Air Force Base, Ohio, and must request a time slot by December 30, 2025, with presentations due by January 8, 2025. For further inquiries, contact Grant Gerlinger at grant.gerlinger@us.af.mil or MSgt Owen Hurley at owen.hurley.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The DAF Civilian Wellness RFI Amendment 2 addresses inquiries from potential contractors regarding a new initiative aimed at supporting the Department of the Air Force's civilian workforce and their families. The program does not have an incumbent contractor, marking it as a fresh effort. It does not require managing existing fitness or wellness centers but focuses on comprehensive care through specific wellness offices. FedRAMP certification is mandatory for cloud service solutions. Contractors must provide their own baselines for support and are not restricted to a specific call center location, provided they maintain 24/7 access with quick response times. There may be a small business quota, dependent on market research outcomes. Although the solicitation's release and contract award dates are not yet defined, past performance and financial stability checks will be integral for contractor eligibility. Overall, this program aims to create a new approach to civilian wellness that expands upon existing services, ensuring eligibility extends to various Department of the Air Force civilian employees and their family members.
    The document outlines a Performance Work Statement (PWS) for a non-personnel services contract to provide Civilian Wellness Services for approximately 200,000 Department of the Air Force civilian employees, including their eligible family members. The contractor is responsible for offering comprehensive wellness services such as behavioral health consulting, physical health screenings, motivational activities, and 24/7 support via a toll-free hotline. They are required to establish wellness teams at various locations and maintain adherence to applicable federal regulations and security clearances. The contract spans one base year with four optional years and a six-month extension. Key tasks include providing access to services through a national call center, offering specialized support for personal and family issues, critical incident responses, legal and financial consultation, and promoting education and outreach activities. Emphasis is placed on retaining qualified personnel, maintaining security protocols, and ensuring access to necessary resources while promoting a wellness culture among employees. The document ultimately aims to enhance the well-being and productivity of Air Force civilian staff through structured support programs.
    The Department of the Air Force seeks a contractor to provide comprehensive Civilian Wellness Services for approximately 200,000 civilian employees across the Air Force, Air Force Reserve, Air National Guard, and Space Force. The contract includes a wide array of services aimed at enhancing workplace behavioral and physical health, ensuring that support is free for employees and their families. Services entail 24/7 helpline support, in-person and telephonic consultations, educational activities, counseling, health screenings, and crisis management. The contract spans a base year with four 12-month option years and an additional 6-month extension. The contractor must maintain high personnel standards, including a Tier 1 investigative clearance. Key personnel roles include Program Liaison, On-Site Counselor, Wellness Coordinator, and Wellness Specialist, each requiring specific educational and experiential qualifications. Operations will adhere to federal guidelines, with security requirements ensuring all contractor personnel are identified clearly and trained adequately. On-site consultations are mandated, alongside outreach efforts aimed at promoting program awareness and engagement. The initiative underscores the Air Force's commitment to enhancing employee wellness and productivity through accessible health resources and programs.
    The Department of the Air Force is hosting an Industry Day on January 14 and 15, 2025, at Wright Patterson Air Force Base in Ohio, focused on a new Wellness program. The event aims to gather insights from vendors capable of delivering these services. Participants will have the opportunity to present for 45-60 minutes, covering their experience with similar programs, compliance with Performance Work Statement (PWS) requirements, proposed contract types, staffing models, and innovative technologies related to the program. Interested companies must request a time slot by December 30, 2025. Presentations must be submitted for review by January 8, 2025. It is important to note that this Industry Day is for information gathering only and is not a request for proposals. A formal RFP is anticipated to be released in the third quarter of 2025. The summary of this event highlights the Air Force's initiative to explore potential vendor capabilities and to support the development of future acquisition strategies.
    The document outlines a Request for Proposals (RFP) concerning the Department of the Air Force's (DAF) Civilian Wellness Services, aimed at consolidating multiple wellness programs into a streamlined contract. Key focus areas include service integration, user satisfaction metrics, outreach effectiveness, staffing requirements, and adherence to security standards. The DAF seeks feedback on various aspects, such as the integration of electronic health records, current incentive programs, and potential contractual tasks related to case management and wellness encounters. Additionally, the document solicits clarification on the role of wellness teams, telephonic support availability, government provision of facilities, and eligibility of Non-Appropriated Fund (NAF) employees for services. It highlights a multi-faceted outreach strategy and addresses the need for compliance with cybersecurity requirements. The anticipated outcomes include improved access to services and enhanced user experience, with a mandate for Master’s level clinicians to provide counseling. The DAF reiterates the importance of robust support amid various operational challenges and aims to ensure the selected contractor meets the evolving needs of its civilian workforce across diverse locations.
    The DAF Wellness Request for Inquiry seeks responses from companies interested in providing wellness services for the Department of the Air Force. The inquiry is structured to gather comprehensive information on potential contractors, including their business details, experience with government contracts, and specific capabilities related to human resource consulting, counseling services, and emergency response. Key questions address the company's personnel qualifications, ability to meet performance work statement requirements, and strategies for staffing geographically diverse locations. Respondents are also asked to suggest improvements to the performance work statement and identify relevant current operations. The document emphasizes the need for a robust staffing plan and the capability to manage the contract effectively, including the potential for subcontracting. The deadline for responses is set for November 18, 2024. This inquiry serves as a preliminary step in assessing contractor qualifications for future wellness program contracts within the DAF.
    Lifecycle
    Title
    Type
    Special Notice
    Sources Sought
    Similar Opportunities
    HUMAN PERFORMANCE OPTIMIZATION SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for Human Performance Optimization services at Ramstein Air Base and Vilseck, Germany. The procurement requires the provision of two certified strength and conditioning specialists (CSCS) and two licensed clinical social workers (LCSW) to enhance the health and performance of military personnel. This initiative is critical for maintaining the well-being and operational readiness of service members, with an anticipated contract period from June 17, 2026, to June 16, 2031, under a five-year Indefinite Delivery Indefinite Quantity (IDIQ) framework. Interested firms must submit their company information and capability statements to the 700th Contracting Office by 5:00 PM CEST on December 12, 2025, with inquiries directed to TSgt Carleen Clinger at carleen.clinger@us.af.mil or by phone at DSN 314-489-6124.
    Airman Readiness Medical Research (ARMR) Hybrid Broad Agency Announcement (BAA)
    Buyer not available
    The Department of Defense, through the Air Force Research Laboratory, is soliciting proposals under the Airman Readiness Medical Research (ARMR) Hybrid Broad Agency Announcement (BAA) FA8650-20-S-6008, aimed at enhancing Airman health and performance through medical research. The initiative focuses on optimizing warfighter readiness by addressing various physiological and environmental factors affecting Airman performance, with eight specific research objectives including aeromedical evacuation and cognitive performance. This program represents a significant investment of approximately $480 million over a 72-month period, with awards ranging from $50,000 to $49 million, encouraging participation from all business types, including small businesses. Interested parties should submit white papers and proposals adhering to strict guidelines, with ongoing submissions accepted until April 30, 2026; for further inquiries, contact Nathaniel Baldwin at nathaniel.baldwin.1@us.af.mil or Ryan Mahoney at Ryan.Mahoney.9@us.af.mil.
    AFSC Requirements Support Readiness Analysis (RSRA)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking support for the Readiness Analysis (RSRA) related to supply chain management at Wright Patterson AFB in Ohio. This task order modification aims to incorporate additional performance-based services necessary for Readiness Based Leveling (RBL) Materiel Management Review (MMR) stratification, D200 downstream system continuity, and reporting for the Office of the Secretary of Defense (OSD). The services are critical for enhancing the efficiency and effectiveness of supply chain operations within the Air Force, ensuring readiness and operational capability. The anticipated period of performance is 10 months, concluding on November 25, 2023, and interested parties can reach out to Mr. Herbert Duncan at herbert.duncan@us.af.mil for further information.
    Implementation of Advanced Government Simulation Capabilities (IAGSC)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry participation for the Implementation of Advanced Government Simulation Capabilities (IAGSC) through a Sources Sought notice. This initiative aims to acquire non-personal services for software development, modeling and simulation integration, advanced research and development, cybersecurity measures, and lifecycle software testing, all critical for enhancing the capabilities of various DoD systems. The anticipated contract will be a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) with a ceiling of approximately $750 million, and it is expected to span a five-year ordering period with an additional five-year option. Interested parties must submit their responses, including a capabilities white paper and feedback on the draft Performance Work Statement, by March 28, 2025, and are encouraged to participate in an Industry Day scheduled for April 15, 2025, at Wright-Patterson Air Force Base, Ohio. For further inquiries, contact Carmen Mertz at carmen.mertz@us.af.mil or Austin Hurst at austin.hurst.2@us.af.mil.
    Air Force Installation and Mission Support Center (AFIMSC) STREAMLINING PROCUREMENT FOR EFFECTIVE EXECUTION & DELIVERY (SPEED) Commercial Solutions Opening (CSO)
    Buyer not available
    The Department of Defense, through the Air Force Installation and Mission Support Center (AFIMSC), is seeking innovative commercial solutions under the Streamlining Procurement for Effective Execution and Delivery (SPEED) Commercial Solutions Opening (CSO). The primary objective is to acquire advanced technologies and services that enhance project outcomes, particularly in optimizing construction costs and schedules while integrating data-driven insights for improved project performance. This initiative emphasizes collaboration with a diverse range of entities, including non-traditional defense contractors, to address critical challenges faced by the Air Force. Interested parties should note that submissions for the first spiral of proposals are due by November 1, 2025, and can contact Brock Moon at brock.moon@us.af.mil or Nicholas Kimmey at nicholas.kimmey@us.af.mil for further information.
    SASPO Hill Industry Day 2026
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is hosting the SASPO Hill Industry Day 2026, aimed at fostering engagement between industry representatives and government entities. Scheduled for January 15, 2026, from 0830 to 1500 hrs MT at the Davis Stewart Center in Layton, Utah, the event will feature presentations on strategic sourcing, reverse engineering, and weapon system opportunities, along with networking sessions to facilitate collaboration. Interested attendees must RSVP by providing their company name and attendee details to the designated email address, and a $4.00 daily parking fee will apply. For further inquiries, participants can contact Tracey Beringer at tracey.beringer@us.af.mil.
    2025 DoD Maintenance Symposium Industry Day: Regional Sustainment Framework Expansion (USCENTCOM)
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is hosting the 2025 DoD Maintenance Symposium Industry Day to discuss the expansion of the Regional Sustainment Framework (RSF) into the USCENTCOM theater. This initiative aims to enhance military readiness by bringing weapon system sustainment closer to operational areas, particularly in contested environments, and will feature one-on-one sessions for industry representatives to engage with DoD leaders regarding maintenance, repair, and overhaul (MRO) solutions. Companies interested in participating must submit a request packet detailing their capabilities and alignment with RSF goals by December 14, 2025, to the designated email address, as this event is not a solicitation but an opportunity for industry engagement. For further inquiries, interested parties can contact Chris L. Martinez at chris.l.martinez4.civ@mail.mil or James C. Carroll at james.c.carroll33.ctr@mail.mil.
    Centrifuge and Research Altitude Chambers
    Buyer not available
    The Department of Defense, specifically the Air Force Research Laboratories (AFRL), is seeking qualified contractors to provide research, development, test, and evaluation (RDT&E) support for the operation of centrifuge and research altitude chambers at Wright-Patterson Air Force Base in Ohio. The contract will focus on ensuring the safe and efficient operation of these chambers, which are critical for aerospace human performance research, including equipment setup, subject scheduling, data collection, and report preparation. This opportunity is vital for advancing aerospace physiology and includes a one-year base period with four one-year options, requiring contractors to demonstrate relevant experience, personnel capabilities, and compliance with security and safety regulations. Interested parties should respond to the sources sought notice by providing their qualifications and capabilities to Jessica Briggs at jessica.briggs@us.af.mil or Natasha Randall at natasha.randall@us.af.mil within 30 days.
    Spatial Disorientation CLS
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking Contractor Logistics Support (CLS) for the Spatial Disorientation (SD) training systems utilized in pilot training across multiple Air Force bases. The procurement aims to sustain and enhance the functionality of five existing Gyro Integrated Physiological Trainer (IPT) devices, which are critical for training pilots to recognize and manage spatial disorientation during flight. This training is essential for ensuring pilot safety and operational effectiveness, as it exposes them to typical vestibular and visual illusions encountered in aviation. Interested parties should note that responses to the Request for Information (RFI) are due by January 16, 2026, with the anticipated contract starting in January 2027, structured as a Firm Fixed Price for a base year and five option years. For further inquiries, contact Pamela K. Randall at pamela.randall.1@us.af.mil or John Bowers at john.bowers.7@us.af.mil.
    U-2 Life Support Sustainment and Support
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for U-2 Life Support Sustainment and Support services. The procurement aims to secure depot-level sustainment support for U-2 Life Support oxygen-related equipment, including the maintenance of S-1034 Pilot Protective Assemblies, oxygen systems, and survival kits, as well as material management tasks under Contractor Logistics Support (CLS) principles. This Request for Information (RFI) is intended for planning purposes only and does not constitute a solicitation for proposals; interested contractors are encouraged to respond by January 2, 2026, to provide their capabilities and experience. For further inquiries, interested parties may contact Brittney Lightsey at brittney.lightsey@us.af.mil or Michelle Rivera at michelle.rivera.3@us.af.mil.