ContractSolicitation

Solicitation: W911QY-26-R-A007 - Capability Program Executive - Ground (Soldier Systems), Project Manager Soldier Medical Devices (PM SMD), Materiel Fielding and Medical Liaison Support Services

DEPT OF DEFENSE RFP_W911QY26RA007_MaterielFielding_MedicalLiaisonSupportServices
Response Deadline
Mar 23, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The U.S. Army’s ACC-APG Natick office, for the Capability Program Executive-Ground and Project Manager Soldier Medical Devices, is soliciting materiel fielding and medical liaison support services to help support Army medical readiness. The work includes program management, management analysis, logistics analysis, medical liaison support, transportation coordination, and a range of recurring deliverables such as transition plans, monthly reports, fielding schedules, and after-action reporting. Performance is centered at Fort Detrick, Maryland with support across other military installations and includes special requirements for work in the Republic of Korea; proposals are evaluated in phases and require a Secret Facility Clearance, CMMC Level 1, and an OCI declaration. Responses are due by the solicitation deadline of March 23, 2026, and pricing must be submitted separately in Volume VII, with questions previously requested by email to the solicitation contact.

Classification Codes

NAICS Code
541990
All Other Professional, Scientific, and Technical Services
PSC Code
R706
SUPPORT- MANAGEMENT: LOGISTICS SUPPORT

Solicitation Documents

25 Files
Attachment 0001 - Performance Work Statement.pdf
PDF476 KBMar 9, 2026
AI Summary
The document outlines the Performance Work Statement for Materiel Fielding and Medical Liaison Support Services for the U.S. Army's Project Manager Soldier Medical Devices (PM SMD), Force Integration Division (FID). The primary objective is to provide critical support for medical materiel readiness, encompassing procurement, assembly, distribution, and disposition of medical equipment and sets. Key tasks include program management, management analysis, logistics analysis, medical liaison support, and transportation coordination. The contractor is also responsible for recommending automated technology solutions to enhance efficiency in fielding operations, managing transitions, and providing various reports. The services are non-personal and require strict adherence to government regulations, with specific deliverables and performance standards outlined for each task area.
Attachment 0003 Estimate of FTEs Position Description.pdf
PDF100 KBMar 9, 2026
AI Summary
This government file, Attachment 0003, details the minimum Full Time Equivalent (FTE) hours and position descriptions for a Materiel Fielding contract across a base period and five option periods, from April 2026 to October 2031. It outlines staffing requirements, labor categories, minimum FTEs, minimum FTE hours, and locations for personnel involved in materiel fielding, including Program Managers, Management Analysts, and various levels of Logistics Analysts, as well as an Administrative Assistant. Key Personnel (KP) positions are specifically identified. Each 12-month option period largely mirrors the base period's staffing, with a 6-month Option Period 5 showing reduced hours. A
Attachment 0006 QASP.pdf
PDF215 KBMar 19, 2026
AI Summary
The Quality Assurance Surveillance Plan (QASP) outlines the government's method for assessing contractor performance in providing materiel fielding and medical liaison support services. It details what will be monitored, how monitoring will occur, who is responsible, and how results will be documented. The QASP is a living document, not part of the contract, designed to ensure early identification and resolution of performance issues. Authority for the QASP is derived from Part 46 of the Federal Acquisition Regulation. Key roles and responsibilities include the Program/Project Manager, Contracting Officer (KO), and Contracting Officer's Representative (COR), with the COR being primarily responsible for continuous technical oversight and documenting performance using a surveillance matrix. The document also specifies performance objectives, standards, acceptable quality levels, and methods of surveillance for various tasks, along with performance ratings and procedures for documenting both acceptable and unacceptable performance, including the use of Contract Discrepancy Reports.
Attachment 0008 - Pricing Sheet (Rev.1).xlsx
Excel152 KBMar 19, 2026
AI Summary
This government file details the baseline and surge support staffing and associated costs for a Materiel Fielding operation, likely part of a federal program. The baseline support outlines 39 personnel with 73,320 direct labor hours, including key personnel such as a Program Manager and various Logistics Analysts, across locations like Ft. Detrick, Ft. Carson, and Germany. The total baseline cost for travel and supplies is $2,256,000. Surge support involves 11 additional personnel for two 6-month periods, totaling 20,680 direct labor hours. The surge support's total travel and supply cost is $420,000, bringing the grand total to $2,676,000. The document also includes placeholders for fully loaded hourly rates and estimated costs over five years for various program management divisions (PM ICS, PM AD, PM ILS, PM MOD, MEDEVAC), both with and without a 35% overhead, indicating a comprehensive financial plan for this government initiative.
Attachment 0010 - Past Performance Questionaire.pdf
PDF490 KBMar 19, 2026
AI Summary
The US Army ACC-APG Natick Division's Performance Assessment Questionnaire (RFP W911QY-26-R-A007) is a critical component of their competitive source selection process. This document requests detailed past performance assessments of offerors from identified points of contact on recent and relevant federal, state, local, or commercial contracts under NAICS 541990. The questionnaire, to be returned by the proposal submission deadline, includes sections for contract identification, offeror contact information, and a comprehensive evaluation section where respondents rate performance across various criteria—such as compliance, project management, timeliness, cost control, and customer satisfaction—using a four-tier confidence scale (Substantial, Satisfactory, Limited, No Confidence) with required rationales. The information gathered is vital for awarding federal contracts, emphasizing accuracy and completeness to avoid follow-up. It also requests information on other relevant past efforts and respondent identification, reinforcing the importance of candid and factual responses for a fair and accurate evaluation.
Attachment 0011 - DD 2930.pdf
PDF73 KBMar 19, 2026
AI Summary
The document is not a government file but rather a message indicating that the PDF viewer may not be able to display the document's content. It advises the user to upgrade to the latest version of Adobe Reader for Windows, Mac, or Linux, providing links for download and further assistance. The message also includes trademark information for Windows, Mac, and Linux. This content is not relevant to government RFPs, federal grants, or state/local RFPs, as it is a technical message about document viewing rather than a programmatic or informational government document.
Questions and Answers W911QY-26-R-A007 (Rev. 2).pdf
PDF172 KBMar 19, 2026
AI Summary
The document addresses numerous questions and clarifications regarding Solicitation W911QY26RA007 for Materiel Fielding and Medical Liaison Support Services. Key adjustments include confirming Past Performance as Phase II Volume VI, correcting the section number for Executive Level Fielding Schedule (ELFS) to C.2.12.1.4, and clarifying technical support areas for Program Management tasks. Resumes for key personnel are now required and do not count against page limits, and an 8-point font is permitted for graphics and tables. The government also clarified staffing plans, the Incoming Transition Plan as an attachment, and the nature of Process Improvement responsibility. Importantly, offerors can propose third-party or contractor-owned Automated Technology Solutions (ATS), with implementation costs handled via future contract modifications. CMMC Level 1 remains the requirement, and past performance within the last seven years will be considered. Additionally, the OCI submission requires a certification/declaration, and a notional mitigation plan only if an OCI is identified. The government also confirmed that pricing information should only be submitted in Volume VII.
Solicitation Amendment - W911QY26RA0070002 (Conformed).pdf
PDF5451 KBMar 19, 2026
AI Summary
This government Request for Proposal (RFP) outlines requirements for Materiel Fielding and Medical Liaison Support Services (W911QY26RA0070002). The RFP details a base period and four option years, plus an additional 52.217-8 option, for labor, travel, and other direct costs (ODCs), including surge options, with pricing arrangements varying between Firm Fixed Price and Cost No Fee. Key clauses cover inspection and acceptance, electronic invoicing via Wide Area Workflow (WAWF), and organizational conflict of interest (OCI) mitigation plans. Special contract requirements address Invited Contractor/Technical Representative (IC/TR) status under the U.S.-Republic of Korea (ROK) Status of Forces Agreement (SOFA), including provisions for logistics support, training, compliance with ROK laws, and personnel recovery. The document emphasizes strict adherence to government regulations and procedures for contractors operating in the ROK.
Solicitation Amendment W911QY26RA0070002 (Amendment).pdf
PDF3957 KBMar 19, 2026
AI Summary
This government file outlines Amendment 0002 to Solicitation Number W911QY-26-R-A007, issued by W6QK ACC-APG NATICK on March 13, 2026. The amendment revises Attachment 0003 by removing educational requirements, updating Questions and Answers, and modifying references in Section L. Key changes include updated attachments, detailed instructions for offerors regarding proposal submission, formatting, and content. Proposals must adhere to strict guidelines on font, size, and visible text, with a submission deadline of March 23, 2026. The solicitation requires a multi-phase evaluation, starting with administrative, security clearance, CMMC certification, and OCI declaration compliance. Phase II focuses on technical and past performance evaluations, with specific page limits for each volume. Pricing information must be submitted separately in Volume VII. The contract aims to award a single contract for a base period and four option years, plus a potential six-month extension.
Questions and Answers W911QY-26-R-A007 (Rev.1).pdf
PDF128 KBMar 19, 2026
AI Summary
The government file addresses questions and responses regarding the W911QY26RA007 Materiel Fielding and Medical Liaison Support Services solicitation. Key clarifications include confirming Past Performance as Phase II Volume VI, updating section numbers for deliverables, and specifying technical support for Program Management tasks. The government clarified that resumes for key personnel are required and do not count against page limits, and that 8-point font and single-spacing are allowed for graphics and tables. The government also clarified that the Incoming Transition Plan will be an attachment, provided job descriptions for labor categories, and addressed CMMC requirements, confirming CUI information is handled on GFE systems, thus maintaining Level 1 CMMC. Additionally, past performance within the last seven years will be considered, and an OCI Mitigation Plan is only required if a real or apparent OCI is declared. The government will not perform a price realism analysis. Various PWS section numbers and deliverable names were also corrected or clarified.
Attachment 0003 Estimate of FTEs Position Description (Rev. 2).pdf
PDF155 KBMar 19, 2026
AI Summary
This government file details the minimum Full Time Equivalent (FTE) hours and position descriptions for a federal contract spanning a base period and four option periods, plus an additional six-month option. The contract, commencing April 2, 2026, and potentially extending through October 1, 2031, outlines staffing requirements for various logistics and management roles, primarily located at Ft. Detrick and other military installations, including an international location in Germany. Key personnel (KP) positions include Program Manager III, Management Analyst-Middle, and several Logistics Analyst IV roles. The document also specifies minimum FTEs and hours for Logistics Analysts (III, II), and an Administrative Assistant-Junior. A
Solicitation Amendment - W911QY26RA007 0001 (Conformed).pdf
PDF5450 KBMar 19, 2026
AI Summary
This government Request for Proposal (RFP) W911QY26RA0070001 outlines the solicitation for Materiel Fielding and Medical Liaison Support Services. The RFP details a base period and four option years, plus an additional option for increased surge labor, with services including labor, travel, other direct costs (ODCs), and surge labor. All work is to be performed at Fort Detrick, MD. Key requirements include compliance with the Defense Priorities and Allocations System (DPAS), specific inspection and acceptance procedures, and electronic invoicing via Wide Area Workflow (WAWF). Special contract requirements address "Invited Contractor or Technical Representative Status" for work performed in the Republic of Korea, outlining SOFA compliance, logistics, training, and emergency support. The document also includes clauses related to organizational conflicts of interest (OCI) and various FAR and DFARS clauses governing the contract.
Solicitation Amendment - W911QY26RA007 0001 (Modification).pdf
PDF3995 KBMar 19, 2026
AI Summary
This document is an amendment to Solicitation Number W911QY-26-R-A007, dated February 18, 2026, issued by W6QK ACC-APG NATICK. The amendment, effective March 9, 2026, adds PWS references to Sections L and M and revises Attachments 0001 (Performance Work Statement), 0003 (Estimate of FTEs Position Description), and 0008 (Pricing Sheet) in response to questions and answers. It outlines instructions for acknowledging the amendment, submitting offers, and details modifications to various sections, including a list of updated attachments. The document also specifies proposal submission requirements, format, page limitations for different volumes (Administrative, Security Clearance, CMMC, OCI, Technical, Past Performance, and Price), and evaluation criteria. Key requirements for offerors include possessing a Secret Facility Clearance, a CMMC Level 1 Certification, and addressing Organizational Conflicts of Interest. Proposals will be evaluated in two phases, with Phase I focusing on compliance and Phase II on technical merit, past performance, and price. Technical (Factor 1) is the most important, followed by Past Performance (Factor 2), and then Price (Factor 3). The government reserves the right to award without discussions and may use AI tools to assist in proposal evaluation, with final decisions made by government personnel.
Questions and Answers W911QY-26-R-A007.pdf
PDF124 KBMar 19, 2026
AI Summary
This document addresses 63 questions and answers related to the "W911QY-26-R-A007 Materiel Fielding and Medical Liaison Support Services" Request for Proposal (RFP) and Performance Work Statement (PWS). Key clarifications include confirmation that the Past Performance volume is Phase II Volume VI, not V, and that the Executive Level Fielding Schedule (ELFS) is C.2.12.1.4. The government clarified that offerors should demonstrate technical support for tasks in PWS Section C.2.1, not C.2.6, and that resumes for key personnel are required (limited to 2 pages and not counted against the volume limit). The government will allow Aptos, 8-point font for graphics and tables, and single-spaced text for these elements. The incumbent contractor is ERPROSOURCE360 LLC, contract number W911QY-25-C-A047. The government expects all 39 staff to be onboarded within 30 days of contract award and the incumbent to assist in the transition. While CMMC Level 1 certification is required, the government confirmed that Controlled Unclassified Information (CUI) will be handled on Government Furnished Equipment (GFE) systems, so CMMC Level 2 is not required. Past Performance within the last seven years will be considered due to delays. The Incoming Transition Plan, Program Management Plan, and Quality Control Plan are attachments to Volume V. Pricing will be evaluated for reasonableness per FAR 15.305, but no price realism analysis will be performed.
Exhibit A (Rev. 1).pdf
PDF12247 KBMar 19, 2026
AI Summary
The DD FORM 1423-1, dated February 2001, is a Contract Data Requirements List (CDRL) used by the Department of Defense to specify data deliverables from contractors. This form outlines requirements for various data items, including technical data packages, technical manuals, and other categories. It details information such as data item number, title, authority, contract reference, requiring office, frequency of submission, and distribution. The document also provides instructions for both government personnel on how to complete the form and contractors on how to estimate prices for data items based on four distinct groups of effort. The form emphasizes proper identification, preparation, and delivery of data, ensuring compliance with government requirements while outlining the associated costs for contractors.
Attachment 0001 - Performance Work Statement (Rev. 1).pdf
PDF635 KBMar 19, 2026
AI Summary
This Performance Work Statement outlines the requirements for Materiel Fielding and Medical Liaison Support Services for the Project Manager Soldier Medical Devices (PM SMD), Force Integration Division (FID) of the Capability Program Executive - Ground (Soldier Systems). The primary objective is to provide materiel fielding and medical liaison support to the operational Army, ensuring medical readiness. The contract requires the contractor to provide program management, management analysis support, logistics analysis, medical liaison support, and transportation coordination. Key deliverables include a Process Efficiencies Recommendation, Monthly Progress Reports, Kick-off Meeting materials, Incoming and Outgoing Transition Plans, a Continuity of Operations Plan, Monthly Fielding Analysis Reports, Executive Level Fielding Schedules, Monthly Fielding Support Planning Workload Reports, AOR Travel Requirements, Pre-fielding analysis reports, Materiel Fielding After Action Reports, Equipment Handoff Execution reports, Monthly Logistics Assistance Workload Reports, hazardous material certification, Daily Transportation Reports, Transportation Discrepancy Reports, and a Surge Plan. The contractor will work across various locations, utilize Army Automation Systems, and adhere to strict government regulations for non-personal and severable services.
Attachment 0002 - OCI_Certification_FSD 2026FEB18.pdf
PDF214 KBMar 19, 2026
AI Summary
The Organizational Conflict of Interest (OCI) Certification for Solicitation W911QY-26-R-A007 outlines a framework to identify and mitigate OCIs in government contracts. The Program Manager, Soldier Medical Devices (PM, SMD) categorizes requirements into three areas: Internal Support (Category 1), Program and/or Administrative Support (Category 2), and Product Support (Category 3). This specific contract is designated as Category 2. The system aims to inform offerors about potential OCIs, help them develop business strategies, and ensure fair competition. Contractors must disclose all prior work with PM, SMD and submit a comparative analysis, and potentially an OCI Mitigation Plan, if a real or apparent OCI exists. Failure to comply may lead to sanctions, including disqualification. The document also provides considerations for offerors to determine if an OCI exists, such as unequal access to information, impaired objectivity, or biased ground rules.
Attachment 0003 Estimate of FTEs Position Description (Rev. 1).pdf
PDF155 KBMar 19, 2026
AI Summary
This document outlines staffing requirements for a government contract across a base period and five option periods, spanning from April 2, 2026, to October 1, 2031. It details minimum Full-Time Equivalents (FTEs) and hours for various labor categories, including Program Managers, Management Analysts, Logistics Analysts (Levels II, III, and IV), and Administrative Assistants. Key personnel (KP) positions are identified. The majority of positions are based at Ft. Detrick, with Logistics Analyst IVs stationed at multiple military installations globally, including Ft. Carson, Ft. Hood, JB Lewis-McChord, Ft. Bragg, Ft. Campbell, Germany, and JB Elmendorf-Richardson. Each period includes a 'Surge Option CLIN' for additional Logistics Analysts. The document also provides detailed job descriptions, minimum years of experience, and educational requirements for each labor category.
Attachment 0004 Non-Disclosure Agreement Contractor 2026FEB18.pdf
PDF71 KBMar 19, 2026
AI Summary
This government file, Attachment 004, is a Non-Disclosure Agreement (NDA) for contractors and subcontractors working with the Capability Program Executive – Ground (Soldier Systems), Program Manager, Soldier Medical Devices (PM SMD). The agreement outlines the responsibilities of individuals who may access sensitive or proprietary information, including business, technical, financial, and source selection data. This information encompasses cost/pricing data, government spend plans, contractor proposals, trade secrets, independent government cost estimates, and negotiation strategies. Signatories agree not to disclose this information to unauthorized persons and acknowledge that unauthorized disclosure could cause irreparable harm. The NDA broadly defines sensitive information to include sensitive but unclassified data, Protected Health Information, Controlled Unclassified Information (CUI), and Privacy Information, emphasizing the potential adverse effects on national interest or federal programs from misuse. Contractors are required to comply with safeguarding standards and may face legal action, including court orders and financial penalties, for breaches. The agreement stipulates annual renewals and indefinite obligations, even after employment or new agreements. Exceptions to non-disclosure include information already in the public domain, disclosures with PM SMD Contracting Officer approval, independently developed information, or disclosures mandated by court order. Furthermore, individuals must inform prospective employers of their continuing obligations under this NDA.
Attachment 0005 - DD Form 254.pdf
PDF66 KBMar 19, 2026
AI Summary
The provided document is a placeholder message indicating that the PDF viewer may not be able to display the document's contents. It advises the user to upgrade to the latest version of Adobe Reader for Windows, Mac, or Linux by visiting http://www.adobe.com/go/reader_download or to seek further assistance at http://www.adobe.com/go/acrreader. The document also includes trademark information for Windows, Mac, and Linux. This message is not a government file in itself, but rather an instruction for accessing one, suggesting a technical issue with viewing an RFP, grant, or other government document.
Solicitation - W911QY26RA007 Professional Appearance.pdf
PDF5449 KBMar 19, 2026
AI Summary
This government solicitation, W911QY26RA007, outlines the requirements for Materiel Fielding and Medical Liaison Support Services for the U.S. Army's Project Manager Soldier Medical Devices (PM SMD). The contract includes a base period and four option years, with additional surge labor options. Services cover labor, travel, other direct costs, and Contract Data Requirements List (CDRL) items, primarily under Firm-Fixed-Price and Cost-No-Fee arrangements. The place of performance is Fort Detrick, MD, with specific clauses addressing Organizational Conflict of Interest (OCI) mitigation and conditions for contractors operating in the Republic of Korea under the Status of Forces Agreement (SOFA). The document details invoicing procedures via Wide Area Workflow (WAWF) and outlines inspection/acceptance protocols. The solicitation emphasizes compliance with various federal regulations, including those concerning employment, ethics, and payment processing.
Exhibit A.pdf
PDF4701 KBMar 9, 2026
AI Summary
This government file outlines 16 Contract Data Requirements Lists (CDRLs) for a federal contract, focusing on various reporting, planning, and logistical tasks. Key deliverables include a Process Efficiency Recommendation (A001) for automated technology solutions like AI or RPA to improve fielding operations, Monthly Progress Reports (A002) detailing expenditures, status, and issues, and Kick-off Meeting and Program Reviews (A003) for ongoing project oversight. Other critical items cover an Outgoing Transition Plan (A004) for contract handover, a Contingency of Operations Plan (A005) for emergencies, and various reports related to materiel fielding, such as Monthly Fielding Analysis (A006), Executive Level Fielding Schedule (A007), and Pre-fielding Analysis (A010). The contract also requires reports on Fielding Support Planning Workload (A008), AOR Travel Requirements (A009), Materiel Fielding After Action Reports (A011), Equipment Hand-off Execution (A012), and Monthly Logistics Assistance Workload (A013). Additionally, specific certifications for Packaging of Hazardous Material (A014), Daily Transportation Reports (A015), and Transportation Discrepancy Reports (A016) are mandated. The overall purpose is to ensure efficient project execution, thorough reporting, and seamless transitions, with an emphasis on optimizing materiel fielding operations.
Attachment 0007 GFP_Smart_Form.pdf
PDF706 KBMar 19, 2026
AI Summary
The provided government file indicates that the document content could not be displayed. It suggests that the user's PDF viewer may be unable to render the document type and advises upgrading to the latest version of Adobe Reader. Links for downloading Adobe Reader and seeking further assistance are provided. The file also includes trademark information for Windows, Mac, and Linux. This document is not a typical RFP, grant, or state/local RFP but rather a technical message related to document viewing, likely encountered when attempting to access such government files.
Attachment 0008 - Pricing Sheet.xlsx
Excel153 KBMar 9, 2026
AI Summary
This government file details the baseline and surge support labor categories, personnel, and direct labor hours required for a federal project, likely an RFP or grant. It outlines key personnel such as Program Managers, Management Analysts, and various levels of Logistics Analysts, including those specializing in Materiel Fielding, Medical Liaison Support (LNO), and Materiel Fielding Coordinators/Schedulers. The baseline support includes 39 personnel for 73,320 direct labor hours, with an estimated total cost of $2,256,000, covering travel and supplies. Surge support is divided into two 6-month periods, each requiring 11 personnel for 10,340 direct labor hours, with an estimated total cost of $420,000 for travel and supplies for the complete year. The document also provides
Attachment 0009 - Questions and Answers.xlsx
Excel16 KBMar 19, 2026
AI Summary
This government file outlines a structured format for presenting information, likely within the context of a Request for Proposal (RFP), federal grant application, or a state/local RFP. The file's main purpose is to establish a clear and standardized method for respondents to answer questions. It uses a three-column layout: "Section / Page," "Question," and "Response." This structure ensures that all necessary information is provided in an organized manner, facilitating easy review and evaluation by the issuing authority. The emphasis on specific sections, pages, and direct responses suggests a need for precise referencing and comprehensive answers, which is typical for formal government procurement and funding processes.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedFeb 18, 2026
amendedAmendment #1· Description UpdatedMar 9, 2026
amendedAmendment #2· Description UpdatedMar 13, 2026
amendedLatest Amendment· Description UpdatedMar 19, 2026
deadlineResponse DeadlineMar 23, 2026
expiryArchive DateApr 7, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W6QK ACC-APG NATICK

Point of Contact

Name
Patrick Wallace

Place of Performance

UNITED STATES

Official Sources