Family Advocacy Program (FAP) Prevention, Education, and Outreach
ID: W912CN-25-Q-0010Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0413 AQ HQ RCO-HIFORT SHAFTER, HI, 96858-5025, USA

NAICS

Other Individual and Family Services (624190)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Family Advocacy Program (FAP) Prevention, Education, and Outreach services at Schofield Barracks, Hawaii. The contract aims to provide comprehensive preventive services to reduce domestic violence and child abuse among military families, emphasizing education, outreach initiatives, and emergency support. This procurement is particularly significant as it supports the well-being of military families and aligns with Army directives, ensuring a structured approach to community health initiatives. Interested vendors, particularly Women-Owned Small Businesses (WOSB), must submit their proposals by 1 p.m. Hawaii Standard Time on February 17, 2025, and can direct inquiries to MAJ Robert Frank at robert.d.frank24.mil@army.mil or MAJ Peter Hamill at peter.v.hamill2.mil@army.mil.

    Files
    Title
    Posted
    This Combined Synopsis/Solicitation outlines a Request for Quotation (RFQ) for Family Advocacy Program (FAP) Prevention, Education, and Outreach services on Oahu, Hawaii, with RFQ number W912CN-25-Q-0010. The government intends to award a Firm-Fixed Price Purchase Order with a 12-month base period and four 12-month options. This procurement is set aside for Women Owned Small Businesses (WOSB) under NAICS code 624190. Contractors must submit a signed RFQ, a completed pricing sheet, a technical approach narrative (maximum ten pages), and a relevant work experience form. Key evaluation factors are Technical Approach, Relevant Work Experience, and Price, with an emphasis on the quality and suitability of the proposal rather than just the price. The document stipulates that offers must be submitted electronically, and any inquiries must reach the contracting officer before the specified deadline. It also outlines various clauses from FAR and DFAR regulations that govern the contract, emphasizing compliance with terms and conditions. The solicitation aims to ensure responsible vendor selection based on demonstrated capability to meet the program's requirements while maintaining the government's best interests.
    The Performance Work Statement (PWS) outlines the requirements for the Family Advocacy Program (FAP) in support of the U.S. Army Garrison-Hawaii (USAG-HI). Its vision is to provide comprehensive preventive services to decrease domestic violence and child abuse. The contract emphasizes contractor personnel qualifications and outlines a mission that focuses on enhancing soldier and family readiness. The scope covers military families, dependents, and eligible civilians, ensuring a range of support services including education, outreach initiatives, and emergency support. Key requirements include training programs designed to facilitate healthy personal development, mandatory annual training for commanders on domestic violence, and outreach events to promote awareness. Detailed administrative duties ensure ongoing communication, training tracking, and active participation in community needs assessments. The contractor is held to strict performance standards, with accountability for service delivery, compliance with marketing protocols, and timely reporting. The PWS establishes a framework for collaboration, ensuring all activities align with Army directives, thus advancing the mission of enhancing the well-being of military families within the community.
    The document is a wage determination under the Service Contract Act (SCA) issued by the U.S. Department of Labor, reflecting the minimum pay and fringe benefit requirements for federal contracts. It emphasizes two Executive Orders that establish minimum wage rates: Executive Order 14026 mandates at least $17.75 per hour for contracts starting or renewing after January 30, 2022, while Executive Order 13658 requires $13.30 for contracts awarded between January 1, 2015, and January 29, 2022. Various occupations are listed with corresponding wage rates and fringe benefits, particularly in diverse categories such as administrative, health, technical, and food service roles. Specifics include health and welfare, paid sick leave, vacation, and holiday stipulations. Requirements for additional classifications and the conformance process for unlisted job titles are also detailed. The document serves as a critical reference for contractors bidding on federal projects, ensuring compliance with labor standards and provision of fair pay. Overall, it underscores the government's commitment to uphold labor rights and wage integrity in federal contracting.
    The document outlines a Request for Proposal (RFP) for Family Advocacy Support Services, detailing its structure across multiple periods. It lists five Contract Line Item Numbers (CLINs), specifying the base period and four option periods, each requiring 12 units of service. While specific pricing for units and total costs is not provided, the document emphasizes the projected costs across all periods, aiming to facilitate budgeting and fiscal planning for the program. The proposal seeks to engage service providers in delivering these needed support services, reflecting government efforts to enhance family advocacy programs. The overall intent is to establish a systematic approach for soliciting and managing these services over time, illustrating the structured nature typical of government RFPs.
    The document outlines a Request for Proposal (RFP) for Family Advocacy Support Services, detailing its structure across multiple periods. It lists five Contract Line Item Numbers (CLINs), specifying the base period and four option periods, each requiring 12 units of service. While specific pricing for units and total costs is not provided, the document emphasizes the projected costs across all periods, aiming to facilitate budgeting and fiscal planning for the program. The proposal seeks to engage service providers in delivering these needed support services, reflecting government efforts to enhance family advocacy programs. The overall intent is to establish a systematic approach for soliciting and managing these services over time, illustrating the structured nature typical of government RFPs.
    The document outlines an Experience Information Sheet as part of a Request for Proposal (RFP) process for federal and state contracts. It emphasizes the need for contractors to detail their relevant experience through a maximum of three contracts. Key information required includes contract number, contractor details, point of contact information, service location, date of performance, and a comprehensive description of the services provided. Emphasis is placed on outlining any performance problems encountered, the resolutions implemented, and the specific approach to various services such as food operations, pest control, and food defense. The structure of the document is repetitive, with identical sections appearing multiple times, indicating the importance of each item in evaluating contractor capabilities. The intention of the document is to prepare a thorough assessment of the contractor's relevant history and problem-solving abilities in related service areas, ensuring eligibility and competence in future contract opportunities.
    The document presents an Experience Information Sheet integral to federal RFP submissions, seeking details on relevant contracts from offerors or their subcontractors. Each submission is restricted to a maximum of three contracts, emphasizing the importance of concise and pertinent information. The form requests essential data including the contract number, contractor's name, contact details for an English-speaking point of contact (POC), and several specifics about the performance location and time frame. It further requires a comprehensive description of the service's size and scope. This structured format facilitates the evaluation of the offeror's past experiences related to the RFP requirements, ensuring that only the most relevant and significant contracts are considered. The document underscores the necessary qualifications and experience pertinent to the government’s procurement process, reflecting adherence to standards and effective project delivery capabilities. Such detail is vital for establishing credibility and suitability for contracting opportunities within federal, state, and local government operations.
    This document outlines responses to various questions and clarifications concerning a government request for proposals (RFP) related to a performance-based requirement specified in the Performance Work Statement (PWS). It addresses aspects such as labor categories, past performance requirements (not adjustable from three to five years), submission guidelines for offerors, and expectations for team staffing levels. Key points include that training is to be conducted in San Antonio, with associated travel costs borne by the contractor. The government clarifies that separate documentation is required for offer submissions, including a signed combined synopsis and solicitation, a completed pricing sheet, a technical narrative, and relevant work experience. Specific requirements and constraints, such as page limits for proposals, exclusions regarding the consideration of resumes in evaluations, and conditions under which marketing materials must be produced, are also detailed. Overall, the queries and responses emphasize the government's intention to ensure a clear understanding of expectations for compliance and submissions related to the solicitation process, reflecting the structured nature of federal RFPs and grants.
    This document outlines a Combined Synopsis/Solicitation for the Family Advocacy Program (FAP) Prevention, Education, and Outreach services on Oahu, HI. It is a Request for Quotation (RFQ) under number W912CN-25-Q-0010 for commercial services, adhering to Federal Acquisition Regulation (FAR) guidelines. The contract aims to provide non-personal services over a base period of 12 months with four optional extensions, focusing on women-owned small businesses (WOSB). Proposals must include a completed pricing sheet, technical approach narrative, and relevant work experience documentation. Key evaluation factors consist of the technical approach, past relevant experience, and price competitiveness. Applicants must ensure active registration in the System for Award Management (SAM) and comply with various FAR and DFARS clauses. The submission deadline is set for 1 p.m. Hawaii Standard Time on February 17, 2025. This solicitation reflects government efforts to engage qualified vendors for critical services aimed at family advocacy and outreach, demonstrating a commitment to supporting community health initiatives.
    The document outlines a Combined Synopsis/Solicitation for a Request for Quote (RFQ) related to Family Advocacy Program Prevention, Education, and Outreach services on Oahu, HI, under RFQ W912CN-25-Q-0010. The government plans to award a firm-fixed-price contract, set aside for Women Owned Small Businesses (WOSB), with a performance period of 12 months plus four optional extensions. Key requirements include submitting a signed synopsis, a completed pricing sheet, a technical approach narrative, and evidence of relevant past experience. Evaluation criteria focus on technical approach, past experience, and price, with an emphasis on completeness and adherence to specified criteria. Offerors must submit proposals by February 17, 2025, with a Q&A deadline of February 10, 2025. Registration in the System for Award Management (SAM) is mandatory, and competitive quotes are expected to determine price reasonableness. The document highlights the emphasis on providing quality services to meet the needs outlined in the Performance Work Statement (PWS), ensuring compliance with federal regulations throughout the process.
    The document addresses inquiries related to a federal Request for Proposal (RFP) regarding a follow-on contract for the Family Advocacy Program's Prevention, Education, and Outreach initiatives. It confirms that the current contract (W912CN-19-C-0025) is being succeeded by a new offering, with Vector Federal Solutions, LLC as the incumbent contractor. Furthermore, it clarifies that the past performance criteria mentioned in the solicitation, which initially suggested a focus on food services, is indeed specific to the Family Advocacy Program's required services. An updated attachment provides the necessary details for potential bidders, ensuring they follow the correct scope and requirements pertaining to the program. The document serves to clarify expectations and streamline the bidding process within the context of federal contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Fleet and Family Support (FFSP) Global Staffing
    Buyer not available
    The Department of Defense, through the Commander Navy Installations Command, is soliciting proposals for the Fleet and Family Support (FFSP) Global Staffing contract, aimed at providing comprehensive support services for military personnel and their families. The contract, which will be a Firm-Fixed-Price type, encompasses a base year and four option years, focusing on global staffing, remote service delivery, and on-site support in areas such as counseling, education, and crisis intervention. This initiative is crucial for enhancing the well-being and readiness of military families, ensuring that they receive timely and effective support tailored to their evolving needs. Interested parties can reach out to Christopher Tullos at christopher.l.tullos.naf@us.navy.mil or Troy Milburn at troy.l.milburn3.naf@us.navy.mil for further details, with proposals due as specified in the solicitation documents.
    Point-of-Use (POU) Automated Medical Supply Dispensing System with Software Application for Tripler Army Medical Center, Hawaii
    Buyer not available
    The Department of Defense, through the Army, is seeking proposals for a Point-of-Use (POU) Automated Medical Supply Dispensing System with an integrated software application for the Tripler Army Medical Center in Hawaii. The procurement includes a comprehensive solution that encompasses equipment, software, cybersecurity measures, installation, and training, with the contractor responsible for decommissioning existing units and ensuring compliance with stringent cybersecurity protocols. This initiative is crucial for enhancing the efficiency and security of medical supply management within military healthcare facilities. Interested vendors must submit their proposals by March 10, 2025, and can direct inquiries to Megumi Kuwada at megumi.kuwada.civ@health.mil or call 808-433-9489.
    DoD Sexual Assault Advocate Cert. Program (D-SAACP)
    Buyer not available
    The Department of Defense is seeking contractors to support the Defense Sexual Assault Advocate Certification Program (D-SAACP), managed by the Defense Human Resources Activity. The objective of this procurement is to ensure that personnel providing sexual assault response services within the military meet high standards of competency and ethics through a structured certification process, which includes developing training modules, managing application reviews, and ensuring compliance with regulatory standards. This initiative is critical for enhancing military readiness and supporting survivors of sexual assault, reflecting the government's commitment to accountability and service quality improvement. Interested parties can contact Keri Martin at keri.d.martin.civ@mail.mil or Melissa Tamayo at melissa.s.tamayo.civ@mail.mil for further details.
    AC Ductless PM, Repair and Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a contract titled "AC Ductless PM, Repair and Replacement," aimed at providing preventive maintenance, repair, and replacement services for ductless split air conditioning systems at various Army installations in Hawaii. The contractor will be responsible for ensuring compliance with all applicable laws and regulations while delivering services such as routine maintenance, emergency repairs, and documentation of work performed, with a strong emphasis on safety, quality assurance, and effective communication. This contract, valued at approximately $19 million, is part of the government's initiative to support small businesses, particularly Women-Owned Small Businesses (WOSBs), and proposals are due by February 21, 2025. Interested parties can contact Travis Tonini at travis.c.tonini.civ@army.mil or Melena D. Faxon at melena.d.faxon.civ@army.mil for further information.
    DFAC Food Waste Pick-Up and Disposal Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide food waste pick-up and disposal services at Schofield Barracks in Hawaii. This presolicitation opportunity is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 562111, which pertains to solid waste collection. The services are crucial for maintaining cleanliness and environmental standards within military dining facilities. Interested parties should reach out to Cierra Urquhart at cierra.s.urquhart.civ@army.mil or call 808-787-8811, or contact Kimberly Feng at kimberly.m.feng.civ@army.mil or 808-787-8840 for further details.
    Resilience Center and HAWC Admin Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses to provide administrative services for the Resilience Center and Health and Wellness Center (HAWC) at Hurlburt Field, Florida. The contract, valued at approximately $12.5 million, requires the contractor to supply two full-time personnel to manage and support programs aimed at enhancing the readiness and resilience of Airmen and their families. This procurement is critical for delivering structured wellness programs under the Commando Ready initiative, which plays a vital role in supporting military personnel's health and operational readiness. Interested parties must submit their proposals by February 24, 2025, and can direct inquiries to Rowan Thom at rowan.thom.1@us.af.mil or Dani English at dani.english@us.af.mil for further information.
    Training Support Services for Trauma Focused - Cognitive Behavioral Therapy (TF-CBT) and Problematic Sexual Behavior - Cognitive Behavioral Therapy (PSB-CBT)
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking a contractor to provide training support services for Trauma-Focused Cognitive Behavioral Therapy (TF-CBT) and Problematic Sexual Behavior Cognitive Behavioral Therapy (PSB-CBT) for Family Advocacy Program clinicians at Fort Leonard Wood, Missouri. The contract entails delivering a three-day training course, with two days dedicated to TF-CBT and one day to PSB-CBT, aimed at equipping clinicians with essential skills to assist children experiencing trauma or exhibiting problematic sexual behavior. This initiative underscores the importance of enhancing mental health support for children within military contexts, aligning with federal and state priorities for child health and safety. Interested parties can contact Candi Caquelin at candi.l.caquelin.civ@army.mil or Lisa M. Bergstrom at lisa.m.bergstrom2.civ@mail.mil for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Force Protection Detachment Critical Skills Course High Risk Driving, Advanced Shooting, and Tactical Casualty Care
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Force Protection Detachment Critical Skills Course, which includes high-risk driving, advanced shooting, and tactical casualty care training. The procurement aims to enhance operational readiness through a structured training program comprising a 5-day Basic Course, a 5-day Intermediate Course, and an 8-day Advanced Course, focusing on essential skills for personnel operating in high-risk environments. This training is critical for Force Protection Detachment Special Agents and Foreign Service National Investigators, ensuring they are equipped to handle active shooter situations and other threats. Interested contractors, particularly those that are Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by March 3, 2025, and can contact Ms. Erika G. Barrera at erika.g.barrera.civ@army.mil or Craig Dogger at Craig.D.Dogger.civ@army.mil for further information.
    Solicitation NAFBA1-24-R-0024/Campus Style Dining Venue Concession IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Campus Style Dining Venue Concession IDIQ under solicitation number NAFBA1-24-R-0024. This initiative aims to modernize dining options for Soldiers and their families, enhancing health, welfare, and morale while aligning with the U.S. Army's Holistic Health and Fitness initiatives. The selected vendor will be responsible for financing, designing, constructing, operating, and maintaining the dining venue, with a focus on providing nutritious food options and advanced technologies such as online ordering. Interested parties should contact Leslie M. Perez at leslie.m.perez9.naf@army.mil or (520) 674-2370 for further details, and must submit their proposals by April 4, 2025, at 4:00 PM CDT.
    Welcome Center Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Welcome Center Support Services at Hurlburt Field, Florida. The contract aims to provide non-personal human resources support, including scheduling appointments and managing travel vouchers for incoming military personnel, with a focus on enhancing operational efficiency and compliance. This opportunity is particularly significant as it promotes participation from small businesses, including Women-Owned Small Businesses, and emphasizes the importance of past performance in the evaluation process. Interested offerors must submit their proposals by February 24, 2025, and can direct inquiries to Rowan Thom at rowan.thom.1@us.af.mil or Dani English at dani.english@us.af.mil.