R431--EEO Investigation PILOT IDIQ - Intent to Sole Source ORM - North Atlantic District 2
ID: 36C10X25R0024Type: Presolicitation
AwardedAug 12, 2025
AwardeeMARTIN MISER CODY & ASSOCIATES LLC FOLEY 36535-8318
Award #:36C10X25D0013
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFSAC FREDERICK (36C10X)FREDERICK, MD, 21703, USA

NAICS

Investigation and Personal Background Check Services (561611)

PSC

SUPPORT- PROFESSIONAL: HUMAN RESOURCES (R431)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14) (SDVOSBS)
Timeline
    Description

    The Department of Veterans Affairs intends to award a sole-source contract to Martin Miser Cody and Associates LLC for Equal Employment Opportunity (EEO) investigation services within the North Atlantic District 2. This initiative aims to ensure that discrimination complaints are processed fairly and in compliance with Equal Employment Opportunity Commission (EEOC) regulations, thereby promoting a healthy working environment. The contract will be a firm-fixed price for a duration of 12 months, serving as a temporary solution while a longer-term five-year ordering vehicle is developed. Interested parties must express their interest by contacting Carl Weber at carl.weber3@va.gov or (414) 236-1115 no later than June 30, 2025, at 4 PM Eastern Time, noting that this is not a request for competitive proposals.

    Point(s) of Contact
    Carl WeberContracting Specialist
    (414) 236-1115
    carl.weber3@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs plans to award a sole-source contract to Martin Miser Cody and Associates LLC for Equal Employment Opportunity (EEO) investigation services within the North Atlantic District 2. This initiative is part of a pilot program to ensure that discrimination complaints are managed in alignment with Equal Employment Opportunity Commission (EEOC) regulations and relevant laws, promoting a fair working environment. The intended award will be a firm-fixed price contract for 12 months, serving as a temporary solution until a longer-term five-year arrangement is established. The solicitation falls under the authority of FAR 6.302-5, relevant to services required by statute, specifically aimed at certified service-disabled veteran-owned small businesses as mandated by Public Law 109-461. Interested parties have until June 30, 2025, at 4 PM Eastern Time to express their interest. This notice emphasizes that it is not a request for competitive proposals and that the government retains discretion over competitive decisions. The notice aims to inform potential vendors about the upcoming contract opportunity while clarifying that there is no obligation for feedback on the submitted information.
    Similar Opportunities
    C1DA--National AE IDIQ MATOC On-Ramping Opportunity 1
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is offering an On-Ramping Opportunity for its National Architect-Engineering (A-E) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC), specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. This contract aims to provide a range of A-E services, including design development, project management, and construction period services, with an emphasis on compliance with VA standards and federal regulations. The MATOC has a total capacity of $5 billion over a ten-year period, with a minimum guaranteed fee of $2,500 for selected firms, and submissions are due by January 15, 2026, at 1:00 PM ET. Interested parties should contact Sheila Vickers at sheila.vickers@va.gov or call 813-816-7155 x100434 for further details.
    R499--Ergonomic Assessment Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for ergonomic assessment services under solicitation number 36C26226Q0104. The contract requires the completion of 935 ergonomic assessments, translating to approximately 467 assessments per year or 38 per month, with each assessment expected to take around 2 hours, and will only be conducted by Certified Professional Ergonomists (CPE). This service is crucial for ensuring the health and safety of VA employees by addressing ergonomic needs, and all necessary equipment will be provided by the VA. Interested parties must submit their proposals by December 15, 2025, at 1:00 PM MST, and any questions regarding the solicitation must be submitted by December 10, 2025, at 1:00 PM MST. For further inquiries, contact Garrett Lyles at garrett.lyles@va.gov.
    Justification and Approval (J&A) Sole Source - Implementation Coordinators Veterans Health Exchange Professional Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to procure professional services for the implementation coordinators of the Veterans Health Exchange, utilizing a sole source justification under the authority of 41 U.S.C. § 253(c)(5). This procurement is guided by the Veterans First Contracting Program as outlined in Public Law 109-461, which emphasizes the need for specialized services to enhance the health care delivery system for veterans. The contract will be executed in the USA, and interested parties can reach out to Brian N. Ballard at brian.ballard@va.gov or Wanda Y. Edwards at wanda.edwards@va.gov for further details. The procurement process is expected to follow the regulations set forth in FAR Subpart 6.302-5, with no specified funding amount or deadline mentioned in the provided information.
    R--Conflict Management Services - Internal
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking proposals for a single-award, five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Conflict Management Services to support its Office of Collaborative Action and Dispute Resolution (CADR). The contract will encompass a range of services, including mediation, facilitation, assessment, process design, and training, with an estimated 35-50 task orders issued annually, approximately 25 of which will be related to Equal Employment Opportunity (EEO) matters. This procurement is a total small business set-aside under NAICS code 541612, with a maximum ceiling value of $8 million and a guaranteed minimum order value of $25,000. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadline, with the contract performance period running from January 17, 2026, to January 16, 2031. For further inquiries, interested parties can contact Michelle Harvey at michelleharvey@ibc.doi.gov or by phone at 571-842-1131.
    NOTICE OF INTENT TO SOLE SOURCE
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 07, intends to award six sole-source contracts to the Medical University of South Carolina for on-call physician services at the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. These contracts, each lasting 12 months, will cover specialties including Gynecology, Orthopedic, Otolaryngology, Plastic Surgery, Urology, and Vascular Surgery, ensuring that care meets or exceeds national standards. This procurement is critical for providing specialized medical services to eligible veterans, with the contract period set from February 1, 2026, to January 31, 2027. Interested parties must submit a capabilities statement by 1:00 PM CDT on December 19, 2025, to Wyona Davis at wyona.davis@va.gov, demonstrating their ability to compete effectively for this opportunity.
    U008-sole source for Acquisition Workforce Training-sole source for Acquisition Workforce Training and legacy training needed for certification, Period of Performance: 5/1/2023-9/30/2023
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a sole source contractor for the Acquisition Workforce Training and legacy training necessary for certification, with a performance period from May 1, 2023, to September 30, 2023. This procurement aims to ensure that the acquisition workforce is adequately trained and certified, which is critical for maintaining effective operations within the department. The opportunity is classified under the PSC code U008, focusing on education and training, specifically in training and curriculum development. Interested parties can reach out to Maribel Fratina at maribel.fratina@va.gov or by phone at (240) 215-1661 for further details regarding this opportunity.
    7A21--RFI Industry Loopback for New: Health Information Coding, Billing and Auditing (HICBA) Encoder Software Solution and Support (VA-26-00001127)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking to procure a Health Information Coding, Billing, and Auditing (HICBA) Encoder Software Solution and Support through a sole source procurement process. This initiative aims to enhance the accuracy and efficiency of medical coding and billing across VA facilities, integrating with existing electronic health records (EHRs) and ensuring compliance with various medical coding standards. The contract will include a 12-month base period with four optional 12-month extensions, and interested vendors are encouraged to respond to the Request for Information (RFI) by July 30, 2025, to Contract Specialist Samantha McIntyre at Samantha.McIntyre2@va.gov, with further inquiries directed to Contracting Officer Peter T. Lewandowski at Peter.Lewandowski@va.gov. The NAICS code for this opportunity is 541512, with a small business size standard of $34 million.
    J059--Audio Visual Preventative Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor for the sole source procurement of preventative and unscheduled maintenance for the Audio/Visual (A/V) system located at the Martinsburg Office of Emergency Management. The primary objective is to ensure the functionality and reliability of the A/V system across three conference rooms (208, 212, and 221) through a structured preventative maintenance cycle, which includes inspections, firmware updates, and troubleshooting support. This A/V system is critical for displaying situational awareness information during emergencies, and the original installer, Colossal Contracting LLC, possesses the proprietary knowledge and warranties necessary for its maintenance. The contract, identified by solicitation number 36C24526Q0176, will be a firm fixed-price agreement for one base year, with an anticipated performance period from February 15, 2026, to February 14, 2027. Interested parties can reach out to Cassie White at cassie.white@va.gov for further information.
    R408--Acquisition Support Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking to award a sole-source contract to Veterans Management Services Inc., a Service-Disabled Veteran-Owned Small Business (SDVOSB), for acquisition support services to assist the Veterans Health Administration (VHA). The procurement aims to fulfill various acquisition support requirements essential for VHA contracting operations, leveraging the authority provided under 38 U.S.C. 8127(c) to directly contract with SDVOSBs. The anticipated period of performance for this contract is from September 29, 2025, to September 28, 2026, with interested parties encouraged to submit capability statements to Contracting Officer Joseph Senkovich via email by September 30, 2025, at 3:00 PM ET.
    USSF Hiring Events
    Dept Of Defense
    The Department of Defense, specifically the Air Force District Washington (AFDW), intends to award a Sole Source contract to Recruitmilitary, Inc. for the purpose of enhancing outreach efforts to military veterans and transitioning service members regarding employment opportunities with the United States Space Force (USSF). This initiative is crucial for connecting veterans and their families with current and future job prospects within the USSF, thereby supporting their transition into civilian employment. The contract will be executed under Simplified Acquisition Procedures, and interested parties may submit their interest and product information by 4:30 PM E.S.T on December 19, 2025, via email to the primary and secondary contacts provided: Eric L. Moss at eric.moss.3@us.af.mil and Loverna Johnson at loverna.johnson.ctr@us.af.mil.