Family Advocacy Program (FAP) Victim Advocacy Program (VAP) and Emergency Placement Care (EPC) Support Services
ID: W564KV-25-R-A002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0409 AQ HQ CONTRACTAPO, AE, 09227, USA

NAICS

Other Individual and Family Services (624190)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Family Advocacy Program (FAP) Victim Advocacy Program (VAP) and Emergency Placement Care (EPC) Support Services. The contract aims to provide non-personal services that include 24/7 victim response, domestic violence prevention, and coordination for emergency placement of children in crisis situations at U.S. Army installations, primarily located in Germany. This initiative is critical for ensuring the safety and well-being of soldiers and their families, reflecting the Army's commitment to addressing domestic abuse and providing comprehensive support. Proposals must be submitted electronically by March 7, 2025, and interested parties can contact Jessica Spencer at jessica.r.spencer2.civ@army.mil or Carlos Mayorga at carlos.a.mayorga.civ@army.mil for further information.

    Files
    Title
    Posted
    The document outlines amendments to a government solicitation for victim advocacy services under Request for Proposals (RFP) number W564KV25RA002. Key changes include an extension of the proposal submission deadline to March 7, 2025, and revisions to the Performance Work Statement (PWS) and evaluation criteria. Proposals must be submitted electronically, addressing specific submission guidelines, including acknowledgment of amendments and compliance with pricing and technical requirements. The evaluation will consider three main factors: Technical Approach, Past Performance, and Price, with the expectation that past performance will initially be rated as "Acceptable" or "Unacceptable" before further technical and pricing evaluations. Technical proposals should include a Phase-In Plan and a Management and Staffing Plan to demonstrate feasible execution of the contract requirements. Past Performance evaluations must encompass relevant and recent service contracts, with a focus on contracts exceeding $800,000 annually. Offerors must ensure their proposals are compliant with federal regulations and be registered in the System for Award Management (SAM) to be considered for the award. Overall, the document emphasizes the importance of comprehensive proposal submissions and adherence to specific evaluation standards, aiming for effective victim advocacy service procurement.
    The Performance Work Statement (PWS) outlines a non-personal services contract for the Army Family Advocacy Program (FAP), focusing on Victim Advocacy (VA) services and Emergency Placement Care (EPC) coordination. The contractor is responsible for providing qualified personnel to support domestic violence prevention, 24/7 victim response, and coordination for emergency placement of children in crises at U.S. Army installations, primarily outside the Continental United States (OCONUS). The contract's scope includes training programs for education on domestic abuse, immediate support to victims, and community awareness initiatives for EPC. It emphasizes adherence to Army policies and standards, the development of a Quality Control Plan (QCP), and a structured approach to personnel management, including stringent background checks and ongoing training requirements for contractor employees. Additional responsibilities include maintaining security protocols, participating in contract management meetings, and implementing reporting systems for any incidents affecting operations. The document establishes clear operational guidelines, staffing requirements, and the importance of collaboration with Army Community Service and local community resources to ensure comprehensive support for affected families. This initiative reflects the Army's commitment to supporting soldiers and their families in crisis situations effectively.
    The Performance Assessment Questionnaire is a federal form designed to assess contractor performance for federal contracts. It requires offerors to provide detailed and factual information regarding their past and current contract execution, including specific contract identification details, the nature of the contractual effort, and representative contact information. The evaluation section allows respondents to rate the contractor's performance across various aspects such as compliance with specifications, project management effectiveness, timeliness, customer satisfaction, and more, using a confidence scale from "Substantial Confidence" to "No Confidence." Additional comments and information sources are solicited to enhance the assessment. The document emphasizes the importance of accurate and complete responses to minimize follow-up inquiries and ensure a thorough evaluation by government officials. This process aligns with federal requirements for transparency and accountability in awarding contracts.
    The Performance Assessment Questionnaire is a crucial tool for evaluating contractors involved in federal contracts. It focuses on gathering detailed and accurate feedback about a contractor’s performance from individuals knowledgeable about the contract in question. The questionnaire requires completion of contractor identification details and a comprehensive evaluation of performance across several dimensions, including compliance with specifications, project management effectiveness, timeliness of deliverables, customer satisfaction commitment, and additional relevant performance insights. Each evaluation area is rated from "Substantial Confidence" to "No Confidence," with rationales required for each rating to support decision-making. The document emphasizes the importance of accurate and complete responses to avoid further follow-up by evaluators, and it instructs respondents on where to send completed questionnaires. This process not only helps in assessing past contractor performance but also plays a significant role in future awarding of contracts within the framework of federal grants and RFPs. By ensuring a thorough evaluation, it aims to select contractors who can reliably meet federal standards and project requirements.
    The document outlines a solicitation for a contract from a Women-Owned Small Business (WOSB) for providing Victim Advocacy Services under the U.S. Army Family Advocacy Program. The services include 24/7 response to domestic violence cases, ensuring compliance with specified performance work statements (PWS). The contract is for a one-year term with options to extend for up to five additional years, with all advocacy personnel meeting required qualifications. Key details include submission guidelines, proposal formats, and the evaluation processes, emphasizing adherence to federal procurement regulations and specific FAR clauses. Additionally, it emphasizes that funding is conditional upon appropriated funds availability. The structure of the document includes sections for requisition and contract details, supply schedules, performance requirements, solicitation provisions, and associated clauses, presenting a thorough framework for potential contractors.
    This document serves as an amendment to a solicitation, officially extending the deadline for offer submissions. The new submission due date is now set for February 28, 2025, at 11:00 PM CET/5:00 PM EST. It outlines the importance of acknowledging the amendment by potential offerors, stating that failure to do so may result in rejection of their offers. The amendment also details the process for changing previously submitted offers if desired, emphasizing that any amendments must be referenced and submitted before the revised closing date. All other terms and conditions of the original solicitation remain in effect. The document includes space for signatures from the authorized contracting officer and the contractor, ensuring formal acknowledgment and compliance with the amendment process. Ultimately, this amendment seeks to facilitate a fair bidding process by allowing additional time for submissions, while maintaining adherence to established government contracting protocols.
    This document outlines the Performance Work Statement (PWS) for a non-personal services contract to provide Victim Advocacy (VA) and Emergency Placement Care (EPC) coordination services as part of the Army Family Advocacy Program (FAP). The contract aims to support the Installation Management Command (IMCOM) G9 Family, Morale, Welfare, and Recreation (FMWR) Programs, particularly in addressing domestic violence and juvenile Problematic Sexual Behavior (PSB). Services will be provided 24/7 and include advocacy, education, victim response, and emergency placement of children. The contractor is responsible for delivering comprehensive support including training and resource development, while ensuring all personnel are qualified and undergo thorough background checks in compliance with military standards. Key personnel, including a Contract Service Manager, are designated to oversee operations and maintain coordination with government representatives. The document emphasizes quality control measures, operating hours, security clearances, and adherence to regulations. It highlights the importance of providing prompt and sensitive care to victims while maintaining effective communication and collaboration with community resources. This contract reflects the U.S. government's commitment to enhancing safety and support for military families in crisis situations.
    This document serves as an amendment to a solicitation, specifically extending the closing date for offers related to contract W564KV25RA002. The new deadline for submission is set for February 13, 2025, at 11:00 PM CET/5:00 PM EST. It outlines the procedures that bidders must follow to acknowledge receipt of the amendment, which includes submitting a completed amendment form or referencing it in their bid submission. The document reiterates that all previous terms and conditions of the solicitation remain intact and emphasizes the importance of timely acknowledgment to avoid rejection of offers. Signed by Carlos A. Mayorga on January 14, 2025, this amendment does not alter any other aspects of the solicitation besides the deadline. The purpose of this amendment is to ensure that potential contractors are adequately informed of the new submission timeline, which is critical for the proposal process in federal contracting procedures.
    The document addresses a Request for Proposal (RFP) for victim advocacy services under contract number W564KV25RA0002‐0003. It outlines a series of questions and answers related to the proposal submission process, requirements for past performance, staffing levels, and contract particulars. Key points include modifications to the past performance requirements extending the evaluation period to ten years, the confirmation that current staff levels are not disclosed due to the performance-based nature of the existing contract, and the specification that resumes for key personnel are to be submitted after contract award, not during proposal submission. The document emphasizes the importance of various roles, such as the Contract Service Manager and Victim Advocates while clarifying staffing requirements at specified locations. It addresses complexities around SOFA status, contractor responsibilities surrounding travel and training, and the management of background checks for staff. The responses highlight the government’s need for comprehensive qualifications and adherence to regulations while maintaining flexibility in staffing and operational structures. Overall, the document serves as a critical resource for potential contractors, detailing expectations and procedural clarifications for the victim advocacy services contract.
    Similar Opportunities
    DoD Sexual Assault Advocate Cert. Program (D-SAACP)
    Buyer not available
    The Department of Defense is seeking contractors to support the Defense Sexual Assault Advocate Certification Program (D-SAACP), managed by the Defense Human Resources Activity. The objective of this procurement is to ensure that personnel providing sexual assault response services within the military meet high standards of competency and ethics through a structured certification process, which includes developing training modules, managing application reviews, and ensuring compliance with regulatory standards. This initiative is critical for enhancing military readiness and supporting survivors of sexual assault, reflecting the government's commitment to accountability and service quality improvement. Interested parties can contact Keri Martin at keri.d.martin.civ@mail.mil or Melissa Tamayo at melissa.s.tamayo.civ@mail.mil for further details.
    Fleet and Family Support (FFSP) Global Staffing
    Buyer not available
    The Department of Defense, through the Commander Navy Installations Command, is soliciting proposals for the Fleet and Family Support (FFSP) Global Staffing contract, aimed at providing comprehensive support services for military personnel and their families. The contract, which will be a Firm-Fixed-Price type, encompasses a base year and four option years, focusing on global staffing, remote service delivery, and on-site support in areas such as counseling, education, and crisis intervention. This initiative is crucial for enhancing the well-being and readiness of military families, ensuring that they receive timely and effective support tailored to their evolving needs. Interested parties can reach out to Christopher Tullos at christopher.l.tullos.naf@us.navy.mil or Troy Milburn at troy.l.milburn3.naf@us.navy.mil for further details, with proposals due as specified in the solicitation documents.
    DHRAG
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a contract titled "DHRAG" aimed at enhancing Human Resources (HR) services for military personnel and Department of the Army civilians at Fort Gregg-Adams in Virginia. The contractor will be responsible for providing HR training, developing an integrated HR IT system, and transforming HR operations while ensuring compliance with federal and local regulations. This procurement is critical for supporting the Integrated Personnel and Pay System-Army (IPPS-A) and improving overall HR service delivery within the Army's modernization framework. Interested parties must submit their proposals electronically by March 5, 2025, and can direct inquiries to Dr. Regina Givens at regina.n.givens.civ@army.mil or Octavia Heflin-Smith at OCTAVIA.L.HEFLIN-SMITH.CIV@ARMY.MIL.
    FY25 PN093304 Family Housing Replacement in Baumholder
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Europe District, is seeking contractors for the FY25 PN093304 Family Housing Replacement project in Baumholder, Germany. The project entails the design and construction of fifty-four new Army Family Housing units, including living areas, kitchens, bathrooms, and supporting facilities such as parking and landscaping, all adhering to DoD Antiterrorism standards and sustainability guidelines. This unrestricted procurement will utilize a Best-Value Acquisition Selection process, with the contract anticipated to be awarded as a Firm-Fixed-Price (FFP) contract, with a performance period of 1,820 calendar days post-notice to proceed. Interested parties should direct inquiries to Contract Specialist Isabella Busalacchi at isabella.e.busalacchi@usace.army.mil, with the solicitation expected to be released around February 2024.
    ILARNG CERF-P EXEVAL 2025
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the ILARNG CERF-P External Evaluation (EXEVAL) scheduled for March 26-29, 2025, in Sparta, Illinois. The contract aims to provide essential support services, including role players, moulage, mannequins, and ambulance support, to enhance the training and certification of the Illinois Chemical Biological Radiological Nuclear (CBRN) Chemical Enhanced Response Force Package (CERFP) for domestic contingencies. This procurement is critical for improving the state's CBRN response capabilities and ensuring compliance with federal and state regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by March 4, 2025, with all inquiries due by February 25, 2025. For further information, contact Lawrence Romang at lawrence.j.romang.civ@army.mil or Donald Piper at donald.g.piper6.mil@army.mil.
    Training Support Services for Trauma Focused - Cognitive Behavioral Therapy (TF-CBT) and Problematic Sexual Behavior - Cognitive Behavioral Therapy (PSB-CBT)
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking a contractor to provide training support services for Trauma-Focused Cognitive Behavioral Therapy (TF-CBT) and Problematic Sexual Behavior Cognitive Behavioral Therapy (PSB-CBT) for Family Advocacy Program clinicians at Fort Leonard Wood, Missouri. The contract entails delivering a three-day training course, with two days dedicated to TF-CBT and one day to PSB-CBT, aimed at equipping clinicians with essential skills to assist children experiencing trauma or exhibiting problematic sexual behavior. This initiative underscores the importance of enhancing mental health support for children within military contexts, aligning with federal and state priorities for child health and safety. Interested parties can contact Candi Caquelin at candi.l.caquelin.civ@army.mil or Lisa M. Bergstrom at lisa.m.bergstrom2.civ@mail.mil for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Force Protection Detachment Critical Skills Course High Risk Driving, Advanced Shooting, and Tactical Casualty Care
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for the Force Protection Detachment Critical Skills Course, which includes high-risk driving, advanced shooting, and tactical casualty care training. The procurement aims to provide comprehensive training services for military personnel, focusing on essential skills required for operating in high-risk environments, including combat pistol marksmanship, evasive driving techniques, and first aid training. This training is crucial for Force Protection Detachment Special Agents and Foreign Service National Investigators, ensuring they are prepared to handle active shooter situations and potential kidnapping threats. Interested service-disabled veteran-owned small businesses must submit their proposals by March 3, 2025, with the contract period commencing on March 24, 2025, and concluding no later than March 2026. For further inquiries, potential bidders can contact Ms. Erika G. Barrera at erika.g.barrera.civ@army.mil or Craig Dogger at Craig.D.Dogger.civ@army.mil.
    ACC-APG Upcoming Opportunities: Belvoir Division FY25
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Belvoir Division, is announcing upcoming contract opportunities for fiscal year 2025. The procurement focuses on project management and engineering services related to power distribution systems, including the Prime Power Distribution Systems (PPDS) and the PDISE family, aimed at enhancing the U.S. Army's Deployable Power Generation and Distribution System. These services are critical for ensuring efficient military operations and logistics support. Interested contractors should direct their inquiries to Shahaadah Nalls at Shahaadah.C.Nalls.civ@army.mil, as all questions will be compiled and addressed in subsequent quarterly updates, with the understanding that these opportunities are subject to change and cancellation at any time.
    Building and Equipment Life Cycle Management for Preventive and Demand Maintenance Through Aberdeen Proving Ground Facility Management Support (FMS), General Fund Enterprise Business System (GFEBS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking vendors for a contract focused on Building and Equipment Life Cycle Management through the General Fund Enterprise Business System (GFEBS) and Facility Management Support services at Aberdeen Proving Ground (APG). The primary objective is to identify potential sources capable of fulfilling a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract to support the Department of Public Works (DPW) in managing preventive and demand maintenance across multiple facilities. This initiative is crucial for maintaining operational efficiency and compliance with Army regulations, ensuring effective asset, work order, and inventory management while adhering to strict data integrity and security protocols. Interested parties must submit capability statements by March 13, 2025, and can contact Scott Nunley at scott.e.nunley.civ@army.mil or Donna Poteat at donna.n.poteat.civ@army.mil for further information.
    Solicitation NAFBA1-24-R-0024/Campus Style Dining Venue Concession IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Campus Style Dining Venue Concession IDIQ under solicitation number NAFBA1-24-R-0024. This initiative aims to modernize dining options for Soldiers and their families, enhancing health, welfare, and morale while aligning with the U.S. Army's Holistic Health and Fitness initiatives. The selected vendor will be responsible for financing, designing, constructing, operating, and maintaining the dining venue, with a focus on providing nutritious food options and advanced technologies such as online ordering. Interested parties should contact Leslie M. Perez at leslie.m.perez9.naf@army.mil or (520) 674-2370 for further details, and must submit their proposals by April 4, 2025, at 4:00 PM CDT.