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
  1. 1
    Posted Dec 18, 2024, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 9:00 PM UTC
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, with a focus on preventing and educating about domestic violence and juvenile problematic sexual behavior. The contractor will provide 24/7 victim advocacy response and coordination for emergency placements, primarily at military installations in Germany. This program is crucial for supporting military families affected by domestic abuse and ensuring the well-being of children in crisis situations. Interested contractors must submit their proposals by April 22, 2025, at 11:00 PM CET/5:00 PM EST, and can direct inquiries to Jessica Spencer at jessica.r.spencer2.civ@army.mil or Carlos Mayorga at carlos.a.mayorga.civ@army.mil.

Files
Title
Posted
Feb 20, 2025, 1:05 PM UTC
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.
Feb 25, 2025, 11:05 AM UTC
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.
Mar 26, 2025, 11:04 AM UTC
The document outlines the Performance Work Statement (PWS) for a non-personal services contract focused on providing Victim Advocacy (VA) and Emergency Placement Care (EPC) support services within the Army Family Advocacy Program (FAP). The primary aim is to enhance the support for military Families affected by domestic violence and juvenile Problematic Sexual Behavior (PSB). The contractor is responsible for delivering qualified personnel, operating 24/7 advocacy services, and coordinating EPC for children requiring temporary placements due to crisis situations. The scope includes conducting training programs for military personnel and Families, ensuring sensitivity in handling domestic abuse cases, and providing immediate care to victims. Additionally, the document details quality control, personnel security requirements, and necessary training for contractor employees to adhere to standards set by Army regulations and Federal guidelines. Contract specifications emphasize the recruitment and training of advocates and EPC providers, with the government retaining rights over program documents and requiring strict compliance with privacy regulations regarding victims’ information. The contractor's performance will be monitored through a Quality Assurance Surveillance Plan. This PWS is critical for maintaining the safety and welfare of military Families in crisis, providing structured support through a framework of accountability and regulatory compliance.
The Performance Work Statement (PWS) outlines a contract for non-personal services related to the Army's Family Advocacy Program (FAP), specifically the Victim Advocacy Program (VAP) and Emergency Placement Care (EPC) support services. The contract is designed to provide advocacy for victims of domestic abuse and coordinate care for children in crisis, predominantly at military installations outside the Continental United States (OCONUS). The contractor is responsible for supplying qualified personnel, adhering to Army policies, and ensuring compliance with various regulations. Key objectives include training for military personnel, providing comprehensive victim support, and facilitating emergency placements for children. The contractor must develop a Quality Control Plan to ensure high service standards and maintain continual communication with Army officials. Additional requirements include adherence to background checks, maintaining security clearances, and following safety protocols. The document emphasizes the importance of providing timely and effective support services that will strengthen the well-being of military families impacted by abuse. This PWS serves as a foundational guideline for potential contractors seeking to fulfill these vital roles within the Army community.
Feb 25, 2025, 11:05 AM UTC
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 Work Statement (PWS) outlines a contract for the Army Family Advocacy Program (FAP) to provide Victim Advocacy (VA) services and Emergency Placement Care (EPC) coordination. This non-personal services contract is aimed at supporting the installation management command's family programs, focusing on the prevention of domestic violence and juvenile problematic sexual behavior. The contractor will supply necessary personnel, equipment, and related services at various locations, especially overseas. Key objectives include 24/7 advocacy for victims, comprehensive training and awareness programs for soldiers and families, and coordination for emergency placements of children in crisis. The contractor must maintain a rigorous quality control plan and comply with numerous training, security, and operational requirements. They will also ensure staff qualifications, conduct background checks, and manage key control for access to sensitive areas. Overall, the purpose of this contract is to enhance support services for military families facing domestic abuse issues while complying with federal regulations and ensuring effective operational standards within military installations across different nations.
Apr 9, 2025, 2:08 PM UTC
The Performance Assessment Questionnaire is a tool used by federal contracting officers to evaluate potential contractors' performance on existing contracts. It requires detailed and honest responses regarding a contractor’s compliance with contractual obligations, project management effectiveness, timeliness, customer satisfaction, and more. The document outlines a rating system ranging from "Substantial Confidence" to "No Confidence," which helps assess the performance of the contractor. The questionnaire is divided into several sections: 1. Contractor details, including identification and contract specifics. 2. An evaluation section where respondents rate various aspects of the contractor's performance, providing rationales for their scores. 3. Additional sections for general comments, point of contact information for past relevant efforts, and respondent identification. The purpose of this questionnaire is to ensure accurate evaluations that aid in the awarding of federal contracts, highlighting the significance of factual and complete information to avoid follow-ups from evaluators. Respondents are instructed to submit completed questionnaires to designated contracting officials within a specified timeframe.
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 vital tool for collecting evaluative information on contractors applying for federal contracts. It aims to ensure the accuracy and completeness of responses that will impact contract awarding decisions. The document outlines a structured format for contractors to provide essential details, including company identification, representative information, and specific performance evaluations across several criteria. Key assessment areas include compliance with standards, project management effectiveness, timeliness, customer satisfaction, and overall performance. Respondent ratings range from "Substantial Confidence" to "No Confidence," with each option requiring a detailed rationale. Additionally, responders are encouraged to include general comments and references to other relevant past efforts of the contractor. The completed questionnaire must be submitted to designated contracting officials within an established timeframe, underscoring the importance of timely and accurate feedback to facilitate informed decision-making in federal procurement processes. Overall, this document represents a systematic approach to evaluating contractor performance, contributing to the integrity and quality of federal contractual engagements.
Feb 25, 2025, 11:05 AM UTC
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.
Feb 12, 2025, 8:05 AM UTC
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.
Apr 9, 2025, 2:08 PM UTC
The document addresses inquiries and clarifications regarding travel requirements for contractors under a Department of the Army contract, specifically concerning training logistics and costs. Annual training is scheduled primarily in Garmisch, Germany, with an estimated travel requirement of approximately 4,034 miles per year per employee for long-distance travel, and 3,276 miles per year for local travel within a 50-mile radius of the assigned performance location. All travel expenses must be included in the contract price and are not separately priced, emphasizing the contractors’ accountability for all travel arrangements. The government has opted to not introduce separate cost line items (CLINs) for travel and relocation, asserting that overages in estimated travel will not entitle contractors to price adjustments. The clarifications emphasize the annual nature of travel mile estimates and make explicit the responsibilities contractors hold regarding employee travel during the contract term. This structure aims to maintain cost predictability and operational efficiency in contractor performance under the established guidelines.
Jan 14, 2025, 3:05 PM UTC
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.
Feb 12, 2025, 8:05 AM UTC
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.
Mar 5, 2025, 1:05 PM UTC
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.
Mar 10, 2025, 4:05 PM UTC
This document serves as an amendment to a federal solicitation, specifically addressing changes outlined in Item 14. The amendment extends the deadline for offers and provides methods for offerors to acknowledge receipt of this amendment, emphasizing the importance of submitting acknowledgment prior to the specified deadline to avoid rejection of offers. It also allows for modifications to already submitted offers with appropriate references to the solicitation and amendment numbers. Key updates include the incorporation of Class Deviation 2025-O0003, which restores merit-based opportunities in federal contracts and deletes the previously required clause regarding visa denial notification. Adjustments are made to existing clauses related to offeror representations and contract terms, with certain items reserved. This amendment reflects ongoing updates to federal contracting processes, aiming to streamline regulations and enhance compliance, while maintaining all other terms and conditions of the original solicitation intact.
Mar 14, 2025, 12:05 PM UTC
The document outlines an amendment to a solicitation, extending the deadline for submissions to March 28, 2025, at 11:00 PM CET/5:00 PM EST. Offerors are instructed to acknowledge receipt of this amendment through various methods to avoid rejection of offers. The amendment also includes updates to the attachments related to the solicitation, specifically a Performance Work Statement and a Past Performance Questionnaire, which have been updated but not altered in content. The revised document maintains the original terms except for the extended deadline and revised attachment information, ensuring compliance with directives from executive orders. This amendment underscores the procedural aspects of government contracting and the importance of timely communication and documentation in the solicitation process. It illustrates the government's commitment to transparency and adherence to established protocols in managing procurement activities.
Mar 26, 2025, 11:04 AM UTC
This document pertains to an amendment for a federal solicitation, specifically extending the closing date for offers. The original solicitation date has been modified to allow submissions until April 9, 2025, at 11:00 PM CET/5:00 PM EST. It outlines the procedures for acknowledging receipt of this amendment, emphasizing that offers must be acknowledged prior to the specified deadline to avoid rejection. Additionally, the document discusses changes to existing contracts/orders, including the necessary administrative modifications and compliance with federal acquisition regulations (FAR). The amendment maintains all terms and conditions of the original solicitation, reaffirming the importance of timely communication regarding any submitted offers. The document serves to ensure that contractors adhere to updated timelines and submission requirements, maintaining the integrity of the solicitation process within government contracting.
Apr 9, 2025, 2:08 PM UTC
The document pertains to an amendment of a federal solicitation and outlines important updates regarding the submission and modification of offers. The amendment extends the deadline for receipt of offers to April 22, 2025, at 11:00 PM CET/5:00 PM EST. It clarifies travel requirements detailed in the Performance Work Statement (PWS) and acknowledges known errors in contract clauses that will be addressed in a forthcoming amendment. The amendment allows for acknowledgment of the changes through various communications, ensuring offers must meet deadlines to avoid rejection. Additionally, it specifies updates to contract documents, including the replacement of previous documents with a revised PWS and the modification of attached performance questionnaires. This overall amendment serves to streamline the solicitation process, provide necessary clarifications, and maintain compliance with federal contracting regulations.
Feb 12, 2025, 8:05 AM UTC
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.
Jan 14, 2025, 3:05 PM UTC
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.
Apr 9, 2025, 2:08 PM UTC
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.
Apr 9, 2025, 2:08 PM UTC
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.
Lifecycle
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.
Army Community Support (ACS) & Family Advocacy Program (FAP) Support & Administrative Services for USAG Wiesbaden, Germany
Buyer not available
The Department of Defense is soliciting quotations for support and administrative services related to the Army Community Support (ACS) and Family Advocacy Program (FAP) at the U.S. Army Garrison Wiesbaden, Germany. The procurement aims to provide non-personal services, including administrative support, cultural adaptation, and relocation assistance for military personnel and their families, with a focus on enhancing community integration and support systems. This contract will span a base year with two optional years, and the evaluation will follow a Lowest Price Technically Acceptable (LPTA) methodology. Interested vendors must submit their proposals by April 28, 2025, and can direct inquiries to Kathleen Balon at kathleen.balon.civ@army.mil or Aaron Ritter at aaron.m.ritter.civ@army.mil.
GEN CLERK III
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for a General Clerk III position to support the Army Community Service's Family Advocacy Program at Fort Moore, Georgia. This non-personal services contract aims to enhance community-based prevention efforts addressing child and domestic maltreatment through essential administrative support, including data management and coordination of educational programs for military families. The contract has a total award amount of $12,500,000, with a performance period starting from September 28, 2025, to September 27, 2026, and includes four option years extending to 2030. Interested parties can contact Broderick Jenkins at broderick.d.jenkins.civ@army.mil or Charles T. Smith at charles.t.smith34.civ@army.mil for further details.
Fleet and Family Support (FFSP) Global Staffing
Buyer not available
The Department of Defense, through the Commander Navy Installations Command (CNIC), is seeking contractors to provide comprehensive staffing and support services for the Fleet and Family Support Programs (FFSP) located both within the continental United States (CONUS) and outside (OCONUS). The primary objectives of this procurement include augmenting existing FFSP personnel through global staffing solutions and delivering webinar hosting and production services via a learning management system. These services are crucial for enhancing the well-being of active duty military personnel, retirees, and their families, ensuring effective program implementation across four key functional areas: Work and Family Life, Counseling, Advocacy and Prevention, Sexual Assault Prevention and Response, and Integrated Primary Prevention. Interested contractors should note that the submission deadline for proposals has been extended to April 25, 2025, at 1500 Central Standard Time, and are encouraged to contact Christopher Tullos at christopher.l.tullos.naf@us.navy.mil or Troy Milburn at troy.l.milburn3.naf@us.navy.mil for further inquiries.
U.S. Army Fire & Emergency Services (F&ES) Enterprise Wide Information Technology Cloud-Based Software License Solution & Ancillary Support Services
Buyer not available
The Department of the Army is seeking a contractor to provide a FedRAMP-compliant cloud-based software license solution and ancillary support services for its Fire & Emergency Services (F&ES) program, which operates across 273 fire stations. The contractor will deliver a Commercial-Off-the-Shelf (COTS) solution that includes setup, installation, training, and 24/7 help desk support, with the aim of standardizing data management, improving accessibility, and enhancing reporting capabilities across 109 F&ES organizations. This initiative is crucial for ensuring data security, real-time access to reports, and compliance with federal regulations, thereby modernizing the Army's emergency services capabilities. Interested parties must respond to the Sources Sought Notice by April 18, 2025, providing relevant company details and previous experience, with inquiries directed to Teresa Agostino at teresa.m.agostino.civ@army.mil or Angelic M. Hatcher at angelic.m.hatcher.civ@army.mil.
Data Analysis Support Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide Data Analysis Support Services for the Army Housing Division. The primary objective of this procurement is to deliver analytical support and technical updates utilizing various Department of Defense and Army Real Property data systems, aimed at enhancing the Army Housing Program to ensure quality and affordable housing for Soldiers and their Families. This contract, which is anticipated to span one base year with four optional extensions, emphasizes the importance of data-driven decision-making in maintaining effective housing solutions and requires interested vendors to submit capability statements by April 11, 2025. For further inquiries, potential bidders can contact Brayden Lazenby at brayden.v.lazenby.civ@army.mil or Stephen Fuller at stephen.b.fuller4.civ@army.mil.
Children and Youth Program Overnight Summer Camp
Buyer not available
The Department of Defense, through the United States Property and Fiscal Office (USPFO) for Alaska, is seeking proposals for an overnight summer camp for youth, specifically targeting dependents aged 12-18, to be held from June 29 to July 3, 2025, in South Central Alaska. The contractor will be responsible for facility rental, catering, transportation, and specialized activities, ensuring a safe and enriching environment for approximately 40 youth and 7 adults, with a focus on compliance with safety regulations and quality assurance. This initiative is part of the Alaska National Guard Child & Youth Program, emphasizing community partnerships and promoting diversity by encouraging participation from women-owned and economically disadvantaged small businesses. Interested vendors must ensure their System for Award Management (SAM) registration is active and submit any questions by May 6, 2025, with the solicitation available electronically on the SAM website.
CyberFEDS online subscription for USACE
Buyer not available
The U.S. Army Corps of Engineers (USACE) is seeking information from qualified vendors regarding a potential contract for a subscription to the cyberFEDS online platform, which provides essential legal resources related to Federal sector employment law. The procurement aims to secure a continued subscription service that includes 180 licenses, covering a base year with four optional extension years, to support the USACE Office of the Chief Counsel in managing Employee Relations, Labor Relations, and Workforce Management. The cyberFEDS service is critical for maintaining informed legal counsel through access to federal legal cases, board decisions, guides, newsletters, and checklists. Interested parties must submit their capability statements and responses by 1:00 PM ET on April 14, 2025, to both Giorgiana Chen and Selena Brooks via email, with questions due by April 9, 2025.
Real Warriors Campaign
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking information from vendors to support the Real Warriors Campaign (RWC), which focuses on promoting mental health awareness and reducing stigma among military personnel and their families. The initiative requires campaign management support, including content development, outreach activities, and performance evaluation, aimed at addressing issues such as depression, suicide prevention, and substance abuse. This RFI is part of a broader commitment to enhance psychological health within the military community, with the anticipated performance period starting in July 2025 and lasting up to five years. Interested parties must submit a tailored Capability Statement by April 17, 2025, and can contact Aileen Floyd at aileen.s.floyd.civ@health.mil or Jeanna Butler at jeanna.m.butler.civ@mail.mil for further information.
MEDICAL ASEPTIC CLEANING SERVICES
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for Medical Aseptic Cleaning Services, Management of Linen Services, and minor facilities and grounds maintenance for the 86th Medical Group at Ramstein Air Base and the 52nd Medical Group at Spangdahlem Air Base in Germany. The procurement aims to ensure high standards of cleanliness and hygiene in healthcare environments, including hospital and dental treatment facilities, while adhering to military and federal regulations. This firm-fixed-price contract will be awarded based on a combination of technical approach, experience, and price, with a focus on delivering the best value to the government. Interested parties must submit their proposals electronically by April 17, 2025, and can direct inquiries to Judith S. Meynard at Judith.S.Meynard.ctr@health.mil or Erica S. Oh at erica.s.oh.civ@health.mil.