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 soliciting proposals for the Family Advocacy Program (FAP) Victim Advocacy Program (VAP) and Emergency Placement Care (EPC) Support Services, aimed at providing critical support to military families in crisis situations in Germany. The contractor will be responsible for delivering comprehensive victim advocacy services, including 24/7 crisis intervention, training for Army personnel, and coordination of emergency placements for children, while adhering to strict compliance with military regulations and maintaining confidentiality. This contract is vital for ensuring the safety and well-being of military families, with a focus on preventing domestic violence and addressing juvenile problematic behaviors. Interested contractors must submit their proposals by March 14, 2025, and can direct inquiries to 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.
    This document serves as an amendment to a solicitation, detailing updates to an existing solicitation and contract. The key highlight includes the extension of the solicitation closing date to March 7, 2025, at 11:00 PM CET/5:00 PM EST. It also revises the Performance Work Statement (PWS) and evaluation criteria while providing responses to industry questions posted on SAM.gov. Acknowledgment of this amendment is mandatory for all offers to avoid rejection, with several methods outlined for doing so. The document reiterates that other terms and conditions of the solicitation remain unchanged. The contracting officer, Carlos A. Mayorga, oversees the process, and Jessica Spencer is listed as the point of contact for further inquiries. The notice emphasizes the importance of timely communication and compliance in the bidding process, underscoring the procedural integrity of government procurement actions.
    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 Family Advocacy Program (FAP) Performance Work Statement outlines a non-personal services contract for providing Victim Advocacy (VA) and Emergency Placement Care (EPC) coordination services within the U.S. Army Installation Management Command (IMCOM) G9. The contractor is responsible for delivering comprehensive support aimed at preventing domestic violence and addressing juvenile Problematic Sexual Behavior (PSB), with requirements that include 24/7 advocacy, training programs, and coordination of emergency placements for children in crisis. Services will be provided at Army community service centers outside the continental United States (OCONUS). Key objectives highlight the provision of immediate crisis intervention, training for Army personnel on domestic abuse responsibilities, and the recruitment and training of families willing to provide emergency placements. The contractor must maintain a minimum staffing level to adapt to fluctuating workloads and provide resource guides for affected families. Additionally, a Quality Control Plan is required to ensure compliance with contract standards, alongside stringent background checks for personnel due to the sensitive nature of the work. The document ensures adherence to military regulations, emphasizes safety and training, and outlines clear procedures for managing personnel access and data protection related to the program. Overall, the PWS reflects the government's commitment to providing necessary support to military families in crisis.
    The Performance Assessment Questionnaire is a tool designed for evaluating contractor performance in relation to federal contracts. It emphasizes the necessity for accurate and complete information to facilitate the contract awarding process. Contractors are required to provide detailed identification information, including contract specifics and representative details. The questionnaire rates performance across several criteria such as compliance with specifications, project management effectiveness, timeliness, customer satisfaction, and additional relevant performance insights. Responses are categorized into four confidence levels: Substantial, Satisfactory, Limited, and No Confidence, each requiring rationale for ratings. The contact details for returning the completed questionnaire are provided, emphasizing the importance of timely submission. This document is pivotal in ensuring transparency and accountability in federal contracting, reflecting the government’s commitment to partnering with capable and reliable service providers while evaluating past performance thoroughly to guide future engagements.
    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.
    The document pertains to an amendment of a federal solicitation regarding a contract, specifically Amendment 0004. The primary purpose of this amendment is to extend the solicitation due date to March 14, 2025, at 11:00 PM CET/5:00 PM EST, and to update the Performance Work Statement (PWS) due to a malfunction with the Automated Contract Writing System (ACWS). Importantly, while the PWS was reloaded, no changes were made to the content of the Past Performance Questionnaire, which remains valid. The amendment outlines the required procedures for acknowledging receipt of the amendment, which must be done prior to the revised deadline to avoid rejection of offers. Additionally, it includes details about changes in contract documents, specifying new identifiers for attachments added and indicating that previous attachments have been deleted. The overall structure reflects standard practices associated with government RFP amendments and modifications, emphasizing compliance with federal acquisition regulations while ensuring clarity in communication with contractors.
    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.
    The document addresses questions and clarifications regarding the requirement for Troop Care Status Accreditation (TCSA) and contractor responsibilities under a government RFP, specifically for Germany and Italy. It stipulates that documentation for proposed health care providers (HCPs) must be submitted at the time of proposal submission, with revised guidelines allowing for submission only after contract award. It also clarifies that all travel expenses should be included in the composite rate rather than separately priced, with no provision for a non-taxable (NTE) amount for travel or relocation costs. Furthermore, the revised guidelines indicate that government vehicles will not be available for contractor use, requiring contractors to arrange transportation for victim advocates, while ensuring no use of Personally Owned Vehicles (POVs) for client transportation. The document also clarifies that victims must be transported by authorized adults rather than contractors. The main purpose of this document is to provide essential clarifications on requirements and responsibilities regarding troop care, transportation, and cost estimation for contractors bidding on a government contract, ensuring compliance with specified guidelines and regulatory expectations.
    This document outlines the responses to questions regarding the Performance Work Statement (PWS) and related amendments for the contractor staffing at USAG Rheinland-Pfalz (Landstuhl, Baumholder). Key modifications include an increase in maximum staffing for Victim Advocates from 2 to 4 and an extension to fill vacancies from 30 to 45 days, while penalties for defective services will now reflect a 20% withholding of the monthly payment instead of 30%. The government maintained the existing penalties to encourage adherence to staffing levels and to ensure a commitment to timely cover vacancies. Requirements for confidentiality agreements for contractor employees are reiterated, underscoring responsibilities concerning Personally Identifiable Information (PII). The government's firm position on penalties emphasizes contractor accountability, even for delays that may be outside their direct control. This summary highlights the contractual expectations for performance, staffing, penalties, and the necessity of confidentiality and PII training, reflecting the broader context of compliance and regulatory standards in government contracts.
    Similar Opportunities
    Family Advocacy Program Educator Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified providers for Family Advocacy Program Educator Services to be performed in Grafenwoehr, Bavaria, Germany. The objective of this procurement is to deliver educational services that support family advocacy initiatives, which are crucial for promoting the well-being and resilience of military families. These services are vital for addressing the unique challenges faced by military families and enhancing their overall quality of life. Interested parties can reach out to Sequita Harris at sequita.d.harris.civ@army.mil or by phone at 09641705268703 for further information regarding this presolicitation opportunity.
    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. This Firm-Fixed-Price contract will cover a base year and four option years, focusing on global staffing, remote service delivery, and on-site support, including counseling, education, and crisis intervention, to enhance the well-being and readiness of active duty personnel, retirees, and their eligible dependents. The procurement is critical for ensuring effective implementation of Morale, Welfare, and Recreation (MWR) programs, which play a vital role in supporting military families. Interested parties must acknowledge receipt of the amendment to the solicitation by April 11, 2025, at 1500 Central Standard Time, and can contact Christopher Tullos at christopher.l.tullos.naf@us.navy.mil or Troy Milburn at troy.l.milburn3.naf@us.navy.mil for further information.
    Yellow Ribbon Reintegration Program (YRRP) Childcare Services
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – New Jersey, is seeking qualified contractors to provide childcare services for the Yellow Ribbon Reintegration Program (YRRP). The procurement involves a firm fixed price contract to deliver childcare at up to seven events annually, accommodating children aged 0-12, with services offered on Saturdays and Sundays during specified hours. This initiative is crucial for supporting service members and their families during mobilization cycles, ensuring a smooth reintegration process through professional childcare services. Interested companies must submit their responses by March 14, 2025, detailing their qualifications and capabilities, with primary contact Christopher Naylor available at christopher.j.naylor.civ@army.mil for further inquiries.
    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.
    VAARNG FY25 Family Program Volunteer Workshop
    Buyer not available
    The Department of Defense, specifically the Virginia Army National Guard (VaARNG), is seeking a contractor to organize a Volunteer Recognition Workshop and Youth Symposium scheduled for May 2-4, 2025, in Richmond, Virginia. The contractor will be responsible for providing comprehensive services, including lodging for 25 staff members, catering for approximately 100 adults and 15 children, event space, audio/visual support, parking management, and childcare, all while adhering to federal regulations and quality assurance standards. This procurement is part of the government's commitment to support small businesses, particularly those owned by women and economically disadvantaged individuals, with a total contract value capped at $40 million. Interested vendors must submit their bids by March 20, 2025, and can contact Matthew Guyer at matthew.c.guyer.civ@army.mil or Rebecca Fowler at rebecca.l.fowler6.civ@army.mil for further information.
    Solicitation HT942525R0037 - Human Subjects Protection Personnel Mgmt and Support Services - USAMRDC OHARO
    Buyer not available
    The Department of Defense, through the U.S. Army Medical Research and Development Command (USAMRDC), is soliciting proposals for Human Subjects Protection Personnel Management and Support Services under Solicitation HT942525R0037. The primary objective is to secure comprehensive personnel management and support services that ensure compliance with regulations governing human subjects in research, including administrative reviews, oversight of research protocols, and development of protection policies. This initiative is critical for maintaining ethical standards and regulatory adherence in research involving human subjects, reflecting broader federal efforts to enhance research safety and ethics. Interested contractors should direct inquiries to Alana M. Sowers at alana.m.sowers.civ@health.mil, with proposals due by March 26, 2025.
    G004-- HUD VASH Case Management
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor for the HUD-VASH (Housing and Urban Development - Veterans Affairs Supportive Housing) program to provide essential outreach, housing placement, case management, and supportive services to eligible homeless veterans and their families in the Washington, D.C. area, including parts of Maryland and Virginia. The contractor will be responsible for addressing the complex needs of veterans, particularly those facing mental health and substance use disorders, under a firm fixed-price contract that spans a base year with four option years. This initiative is crucial for ensuring stable housing and ongoing support for vulnerable populations, aligning with federal goals to end veteran homelessness. Proposals are due by March 21, 2025, and interested contractors must be registered on sam.gov and certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB) or Veteran-Owned Small Businesses (VOSB). For further inquiries, contact Charles Willis at charles.willis@va.gov or call 410-691-1328.
    ACC-APG Division D Competitive/Fair Opportunity Industry Update
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground (ACC-APG), is issuing a special notice regarding competitive contracting opportunities within Division D. The procurement aims to engage contractors for various projects, including Information Technology Support Services, environmental remediation, and soldier protection systems, which are critical for enhancing operational efficiency and compliance with federal standards. These opportunities reflect the Army's ongoing commitment to modernization and readiness, with contract values ranging from under $10 million to over $350 million, and anticipated solicitation release dates primarily projected for late 2024 to early 2025. Interested parties can reach out to Kimberly A. McCarthy at kimberly.a.mccarthy14.civ@army.mil or Robin P. Donovan at robin.p.donovan.civ@army.mil for further information.
    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.
    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.