Personnel Recovery Services - USSOUTHCOM J33- REVISED
ID: W91QEX25R0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0410 AQ HQ CONTRACTDORAL, FL, 33172-1202, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Oct 23, 2024, 12:00 AM UTC
  2. 2
    Updated Nov 5, 2024, 12:00 AM UTC
  3. 3
    Due Nov 15, 2024, 3:00 PM UTC
Description

The Department of Defense, through the Department of the Army, is soliciting proposals for Personnel Recovery Services to support the United States Southern Command (USSOUTHCOM) J33 Personnel Recovery Branch. The contract aims to provide qualified personnel, equipment, and necessary supplies to enhance USSOUTHCOM's Personnel Recovery program across Central America, South America, and the Caribbean, ensuring effective response measures to personnel isolation incidents. This non-personal services contract includes a 30-day phase-in period, a base year, and four optional years, with strict adherence to quality control, security protocols, and operational standards required from contractors. Interested parties should contact Tonya Johnson at tonya.k.johnson11.civ@mail.mil or 305-437-1993 for further details, and proposals must be submitted by the specified deadline without extensions.

Files
Title
Posted
The document addresses inquiries related to the RFP W91QEX-25-R-0001 for Personnel Recovery Services, outlining specific requirements and clarifications for potential contractors. Key themes include the qualifications for the Senior Site Representative, stipulating a minimum of three years of relevant experience within the Department of Defense (DoD) personnel recovery operations, and detailing submission expectations for proposals, including necessary documentation and certifications. The RFP emphasizes the importance of past performance inquiries and clarifies issues concerning DNA sample collection and key personnel designations. Moreover, it confirms that while there may be additional requirements related to personnel certifications, the actual requirement for a DNA record is contingent on post-award decisions. Importantly, the government will evaluate past performances as stated, potentially resulting in a neutral rating if satisfactory information is unavailable. The document ultimately aims to ensure clarity in requirements, improving the submission process for contractors while emphasizing compliance with security and operational standards within the USSOUTHCOM AOR.
Nov 5, 2024, 7:07 PM UTC
The document serves as an addendum to federal procurement instructions, specifically addressing how offerors should send past performance assessment questionnaires to clients. It stipulates that offerors must prepare a reference package for up to three clients, detailing instructions for government and commercial references. The package must include a cover letter, respondent information sheets, and a performance assessment questionnaire, which evaluates compliance with relevant federal regulations. Key components include criteria for assessing contractor performance—ranging from "Substantial Confidence" to "No Confidence"—with justification required for ratings. The questionnaire covers various aspects such as adherence to specifications, project management effectiveness, and customer satisfaction. It emphasizes the importance of precise and factual responses to facilitate the evaluation process in awarding federal contracts. The document outlines the necessary steps for submitting the completed questionnaire and the information to include for effective follow-up by the Contracting Officer. Overall, it aims to ensure that past performance is accurately and thoroughly assessed to inform government contract awards.
Nov 5, 2024, 7:07 PM UTC
The document is a top-secret solicitation notice related to a government contract involving security operations. It outlines key administrative details such as contract expiration, and representatives from various offices, but lacks specific information such as the solicitation or contract number and page references, indicating its draft nature. The focus on security guidance underscores the critical considerations surrounding classified or sensitive projects, highlighting the necessity for compliance with established procedures in federal contracting. The document serves as a preliminary framework for potential bidders, alluding to upcoming engagements that may require stringent security protocols. Thus, it is pivotal for maintaining confidentiality and regulatory adherence throughout the solicitation and contracting process.
Oct 23, 2024, 2:49 PM UTC
The document presents the After-Hours, Surge/Overtime Support Hourly Rate Sheet for the Personnel Recovery Support under Solicitation W91QEX-25-R-0001. It outlines the pricing structure that offerors must complete, specifying the requirement to list hourly rates for a base period of 12 months and for four subsequent option periods, each also spanning 12 months. Each section includes placeholders for labor categories, company names, and hourly rates related to personnel recovery. This structured rate sheet is essential for government agencies to assess bids and determine costs for necessary personnel support services, particularly those required beyond standard working hours. The organization and clarity of this document facilitate effective decision-making in the procurement process related to contractor services for personnel recovery during emergency or surge conditions.
Nov 5, 2024, 7:07 PM UTC
The document outlines the pricing structure for after-hours surge and overtime support related to Personnel Recovery under the solicitation W91QEX-25-R-0001. It mandates that the Offeror provide hourly rates for key personnel in various labor categories, specifically for the Senior Site Representative, and includes provisions for the base period of 12 months as well as four subsequent option periods, each lasting 12 months. The required information includes the company name and the hourly rates for the specified positions for each contractual period. This structured pricing sheet is crucial for evaluating proposals during the federal procurement process for personnel recovery services, showcasing the government's approach to maintaining flexibility and readiness in support operations while ensuring cost transparency. The document emphasizes the importance of detailed pricing to facilitate selection and budgetary planning within federal standards.
This document outlines the solicitation for a contract to provide Personnel Recovery (PR) support services for the United States Southern Command (USSOUTHCOM). The contractor is expected to supply trained personnel and necessary resources to fulfill various responsibilities associated with PR operations in the Central and South American regions. The contract includes a 30-day phase-in period, with one base year and four optional extensions, collectively focusing on enhancing operational readiness and response for incidents involving U.S. personnel. Core requirements highlight stringent standards for quality control, operational security, and compliance with various governmental guidelines. The contractor must establish a Quality Control Plan, ensuring service delivery meets defined standards, and implement an Operations Security (OPSEC) program to protect sensitive information. Specific qualifications for personnel such as security clearance, specialized training, and administrative protocols for travel and reporting are mandated. The contractor is also responsible for providing essential supplies not furnished by the government, adhering to performance expectations throughout the delivery period. This solicitation demonstrates the government's commitment to enhancing capabilities in personnel recovery while ensuring high standards of service and compliance with security requirements.
This government document serves as an amendment to a solicitation, primarily identified as W91QEX25R0001, dated October 23, 2024, and signed on November 5, 2024. The amendment responds to inquiries raised about the solicitation and introduces Non-Travel Expenses (NTE) for specific Contract Line Item Numbers (CLIN) 0001 and 0002. It also updates the surge pricing sheet. The purpose of this amendment is to ensure all interested parties acknowledge the changes made prior to the submission deadline for offers, which has not been extended. The recipient of communications regarding this amendment is Tonya Johnson, accessible via her military email. The summary outlines how the solicitation remains largely unchanged despite these amendments, emphasizing the importance of timely acknowledgment by offerors to avoid potential rejection of their submissions. This document underlines the structured administrative process typical in federal contracting, ensuring transparency and compliance in public procurement activities.
The document outlines a solicitation for contractor support to the United States Southern Command (USSOUTHCOM) focused on Personnel Recovery (PR) services. The primary objective is to provide qualified personnel, equipment, and necessary supplies to enhance USSOUTHCOM's PR program across Central America, South America, and the Caribbean. The contract requires the provision of Senior Site Representatives and Personnel Recovery Coordinators, alongside additional support for travel and reporting. The anticipated contract duration includes a 30-day phase-in, a base year, and four optional subsequent years. Contractors must adhere to extensive quality control, security, and operational protocols, including personnel training certifications, drug testing, and background checks. Critical elements involve maintaining communication with the Contracting Officer Representative (COR) and ensuring compliance with federal regulations. Ultimately, the contract aims to mitigate the risk of personnel isolation, provide crucial response measures, and enhance the capability of DoD forces in the specified areas of responsibility, ensuring effective PR operations. The document serves as a comprehensive guide for potential contractors interested in bidding for this federal solicitation.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Warrior Care Global Support Draft RFP
Buyer not available
The U.S. Special Operations Command (USSOCOM) is seeking proposals for the Warrior Care Global Support (WCGS) program, aimed at providing non-clinical case management and advocacy services for wounded, ill, or injured Special Operations Forces personnel. The procurement focuses on delivering comprehensive support in areas such as Recovery Care Coordination, Military Adaptive Sports, Career Transition, and Benevolence for service members and their families. This initiative is critical for enhancing the recovery and reintegration of affected service members, ensuring they receive the necessary resources and support throughout their transition. Interested contractors must submit their proposals electronically, adhering to specified formats and deadlines, with evaluations based on technical proposals, past performance, and pricing. For further inquiries, potential bidders can contact Allyson Schopper at allyson.n.schopper.civ@socom.mil or Sherri Ashby at sherri.ashby@socom.mil.
Targeted Requirement EXecution (TREX) 3 Multiple Award Contract(s) (MAC) Follow-On Request for Proposals (RFP)
Buyer not available
The United States Special Operations Command (USSOCOM) is soliciting proposals for the Targeted Requirement Execution (TREX) 3 Multiple Award Contract (MAC), aimed at acquiring essential supplies and services through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This procurement encompasses a maximum ceiling value of $2.39 billion over seven one-year ordering periods, with a commitment to fair competition and compliance with federal regulations, including security clearances for classified programs. Interested contractors must adhere to stringent proposal submission guidelines and evaluation criteria, ensuring transparency and accountability throughout the bidding process. For further inquiries, potential offerors can contact Eric N. Carlin at eric.carlin@socom.mil or Deanna R. Grimshaw at deanna.grimshaw@socom.mil, with proposal submissions due by the specified deadlines.
CG25 Catered Meals, Bottled Water, & Laundry Services - Jutiapa, GTM
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for a contract to provide catered meal services, bottled water, and laundry services in support of the U.S. Army South (ARSOUTH) during the Cemtam Guardian 2025 exercise in Jutiapa, Guatemala. The contractor will be responsible for delivering all necessary personnel, equipment, and supplies while adhering to stringent health and safety standards, including a rotational 9-day menu and compliance with local regulations to mitigate foodborne illness risks. This contract is crucial for ensuring operational readiness and quality service delivery during military exercises. Interested parties must submit their proposals by April 17, 2025, at 12:00 PM CST, and any questions regarding the solicitation are due by April 9, 2025. For further inquiries, contact Phillip Magliba at phillip.t.magliba.mil@army.mil or Yesica M. Valladares at yesica.m.valladares.fn@mail.mil.
National Registry Emergency Medical Technicians
Buyer not available
The U.S. Army Special Operations Command, under the Department of Defense, is seeking information from potential contractors to provide national certifications for Emergency Medical Technicians (EMTs) and Paramedics for the Joint Special Operations Medical Training Center. This Request for Information (RFI) aims to gather insights and capabilities from industry participants to inform future procurement strategies, emphasizing the importance of these certifications in enhancing emergency medical training and operational readiness. Interested firms are required to submit detailed documentation demonstrating their capabilities and relevant experience by October 17, 2024, and must be registered with the System for Award Management. For further inquiries, potential respondents can contact Debbie Harris at debbie.harris.civ@socom.mil or Jonathan D. Long at jonathan.long@socom.mil.
W51DQV- Contracting Opportunities
Buyer not available
The Department of Defense, through the Department of the Army's Caribbean District, is announcing projected contracting opportunities for fiscal year 2025, with a focus on civil works and military construction projects in San Juan, Puerto Rico. The opportunities include a range of contracts, such as the Rio Puerto Nuevo series, with estimated values from $1 million to $500 million, and military construction projects like the Ft. Allen Readiness Center, valued between $25 million and $100 million. These projects are crucial for enhancing infrastructure and military readiness in the region, with specific tasks including geotechnical surveys and professional services staff augmentation initiatives. Interested parties can contact Kenneth Funchess at kenneth.funchess@usace.army.mil or Nicole Fauntleroy at nicole.c.fauntleroy@usace.army.mil for further details, as the information is subject to change and will be updated routinely throughout the year.
Exceptional Family Member Program (EFMP) / Respite Care Providers
Buyer not available
The Department of Defense, specifically the Army, is seeking proposals for the Exceptional Family Member Program (EFMP) Respite Care Provider Services, aimed at supporting military families with special needs. The contract involves providing trained Respite Care Providers (RCPs) who will deliver non-personal respite care services, ensuring families receive essential support while adhering to strict federal regulations and performance metrics. This initiative is crucial for maintaining the well-being of military families, reflecting the Army's commitment to their care and support. The contract is valued at approximately $16 million, with a performance period from April 10, 2025, to May 13, 2026, and proposals must be submitted electronically by April 30, 2025, to Tim Hallahan at timothy.d.hallahan.civ@army.mil or Ralph M. Bowie at ralph.m.bowie.civ@army.mil.
Emergency Spill Response
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for an Emergency Spill Response contract at Fort Jackson, South Carolina. This non-personal service contract requires the contractor to provide comprehensive emergency spill and environmental response services, including personnel, equipment, and supplies, to ensure compliance with environmental regulations and effective site cleanup. The contract, valued at up to $25 million, is set aside for small businesses and will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation approach. Interested parties should contact Tesia Polk at tesia.l.polk.civ@army.mil or Faye Jackson at faye.r.jackson.civ@army.mil for further details, with proposals due by the specified deadline following the solicitation guidelines.
99--Amendment 0001 to the solicitation
Buyer not available
Presolicitation DEPT OF DEFENSE Logistics and Life Support Services for U.S. Navy and Partner Nation forces operating ashore in Rio De Janeiro, Brazil. The procurement is for the Joint Visitors Bureau (JVB) an Interaction Foreign Military Bureau top priority exercise for USSOUTHCOM. The primary objective of this contract is to obtain provisions in support for USNS Comfort during Continuing Promise (CP) 2015 mission during the April through September timeframe. The effort is expected to support 400 personnel, 380 of which are Partner Nation participants, Joint Visitors Bureau (JVB) will require services on 18 November through 24 November 2015.
Request for Proposal - Materiel Fielding and Medical Liaison Support Services
Buyer not available
The Department of Defense, specifically the Army's Program Executive Office Soldier (PEO-S), is seeking proposals for Materiel Fielding and Medical Liaison Support Services under solicitation W911QY25RA001. The procurement aims to enhance Army medical readiness through comprehensive management, procurement, and distribution of medical equipment and supplies, with a focus on Soldier Medical Devices (SMD). This initiative is critical for ensuring operational support and healthcare for military personnel, emphasizing compliance with federal regulations and quality standards. Interested contractors must submit their proposals by April 21, 2025, and can direct inquiries to Patrick Wallace at patrick.j.wallace3.civ@army.mil or Trisha Scott at trisha.r.scott.civ@army.mil.
CG25 GENERATORS/LIGHT TOWERS/MHE SERVICES
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the provision of Generators, Light Towers, and Forklift Services to support operations in Guatemala. The contractor will be responsible for supplying all necessary personnel, equipment, and supplies, while adhering to a Performance Work Statement (PWS) that outlines service requirements, including maintenance and fuel provisions, over a contract period from May 7 to May 24, 2025. This procurement is crucial for ensuring operational efficiency and emergency preparedness for U.S. military operations in the region. Interested vendors must submit their proposals by April 17, 2025, and can contact Phillip Magliba at phillip.t.magliba.mil@army.mil or Yesica M. Valladares at yesica.m.valladares.ln@mail.mil for further information.