Personnel Recovery Services - USSOUTHCOM J33
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
    Description

    The Department of Defense is soliciting proposals for Personnel Recovery Services to support the United States Southern Command (USSOUTHCOM) J33 Personnel Recovery Branch. The contractor will provide personnel, equipment, and necessary supplies to enhance the PR Program's operational readiness and response capabilities in the Central and South American regions. This contract is crucial for ensuring effective personnel recovery operations, compliance with governmental guidelines, and maintaining high standards of service quality and operational security. Interested small businesses must submit their proposals, including past performance assessments, by the specified deadlines, and can contact Tonya Johnson at tonya.k.johnson11.civ@mail.mil or Sherwin Riley at sherwin.d.riley.civ@mail.mil for further information.

    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    920 Rescue Wing Training BPA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from small businesses for the 920 Rescue Wing Training Blanket Purchase Agreement (BPA) at Patrick Space Force Base, Florida. The procurement aims to secure non-personal instructional services for Combat Rescue Officer (CRO), Pararescue (PJ), and Survival Evasion Resistance Escape (SERE) training, which includes comprehensive academic instruction, scenario development, and field training, alongside necessary logistics and equipment. This initiative is crucial for maintaining operational readiness and enhancing the capabilities of military personnel involved in rescue operations. Interested vendors must submit their proposals by November 14, 2024, with the contract performance period spanning from November 25, 2024, to November 24, 2028, and a maximum purchase limit of $25,000 per individual call. For further inquiries, contact Mohamed Bah at mohamed.bah.6@spaceforce.mil or Gage Belyeu at gage.belyeu.2@spaceforce.mil.
    Recovery Care Management Support Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Navy Expeditionary Combat Command (NECC), is seeking qualified sources to provide Recovery Care Management (RCM) Support Services as outlined in a Sources Sought Notice. The objective is to engage subject matter experts for non-clinical project management, analysis, and advocacy services aimed at enhancing the quality of life for wounded warriors and their families, addressing the psychological and physical challenges faced by NECC personnel. This initiative is crucial for ensuring comprehensive recovery support, leveraging insights from established military recovery programs. Interested parties must submit their capabilities statements by 10:00 a.m. Eastern Time on November 1, 2024, to Sherell Brown at sherell.g.brown.civ@us.navy.mil and Morgan Olszak at morgan.e.olszak.civ@us.navy.mil, with performance anticipated to commence on February 23, 2025, under a firm-fixed-price contract structure.
    99--Coastal Riverine Squadron FOUR Company (CRS 4 COM) operating in Panama 19 OCT through 13 DEC 2016
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking expeditionary logistics and life support services for the Coastal Riverine Squadron FOUR Company (CRS 4 COM) operating in Panama. This service is part of a larger U.S. Southern Command (SOUTHCOM) directed mission. The service includes small boat launch and recovery services, vehicles, cellular phones, international phone cards, bottled water, personnel and equipment transportation between operating sites. The mission will take place from 19 October through 13 December 2016. The Contractor will work closely with the Contracting Officer Representative (COR) to ensure effective completion of all services. The solicitation will be available around 16 SEP 2016 and contract award no later than 07 OCT 2016.
    PSO Services throughout Massachusetts, Rhode Island & Connecticut
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through its Federal Protective Service, is seeking proposals for Protective Security Officer (PSO) services across Western Massachusetts, Rhode Island, and Connecticut. The procurement aims to secure armed PSO services to safeguard federal personnel and property, with a total estimated requirement of 1,537,500 service hours over a five-year period, from May 1, 2025, to April 30, 2030. This contract, structured as a fixed-price indefinite-delivery/indefinite-quantity (IDIQ) type, emphasizes the importance of quality and technical capabilities over price, requiring contractors to possess a Top Secret Security Clearance. Interested small businesses must submit their proposals by November 4, 2024, and can direct inquiries to Kerrin Cahill at Kerrin.Cahill@fps.dhs.gov or Todd Wanner at todd.m.wanner@fps.dhs.gov.
    Consolidated Receiving Point Services- U.S. Despatch Agency Miami, FL
    Active
    State, Department Of
    The Department of State is preparing to issue a Request for Proposals (RFP) for Consolidated Receiving Point Services at the U.S. Despatch Agency in Miami, Florida. The procurement aims to secure a contractor for packing, crating, receiving, containerization, and storage services, which are essential for managing items shipped to U.S. embassies and consulates worldwide. These services will facilitate the receipt, inspection, inventorying, and shipping of government-owned items and household effects for U.S. Government employees, with the contractor required to be operational within 30 days of award. The RFP is expected to be released between November 1 and November 10, 2024, with proposals due 30 days after issuance. Interested parties should contact Travis Keon at KeonTC@state.gov or JoAnn B. Carroll at CarrollJB@state.gov for further information, and must be registered in the System for Award Management (SAM) as an SBA Certified 8(a) small business to be eligible for award.
    DEFENSE PERSONAL PROPERTY SYSTEM (DPS) TECHNICAL SUPPORT CENTER (DTSC) RFI
    Active
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is seeking responses to a Request for Information (RFI) regarding technical support services for the Defense Personal Property System (DPS) through a planned contract in 2025. The procurement aims to establish Tier 1 and Tier 2 helpdesk services, maintain ticketing software (currently ServiceNow), and provide operational support to enhance the Defense Personal Property Program (DP3). This initiative is crucial for ensuring efficient relocation services for military personnel and their families, emphasizing the need for responsive customer service and adherence to government security protocols. Interested parties must submit their RFI responses by 1500 (CT) on November 4, 2024, and can request one-on-one discussions with the requirements team, with priority given to small business responders. For further inquiries, contact Kailey C. Schuette at kailey.c.schuette.civ@mail.mil or Megan Gonzalez at megan.m.gonzalez4.civ@mail.mil.
    SOCOM SOF Readiness Support
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is seeking information from vendors to support its communication needs through a Request for Information (RFI) titled "SOCOM SOF Readiness Support." The RFI aims to identify secure messaging solutions that can facilitate text, voice, video, and file transfer communications for over 85,000 personnel operating across various public and DoD networks, ensuring compliance with DoD and USSOCOM Information Assurance policies. This initiative is crucial for maintaining secure and efficient communication within Special Operations Forces (SOF), emphasizing requirements such as end-to-end encryption, centralized management, and compliance with HIPAA and PII regulations. Interested vendors are invited to submit white papers detailing their capabilities by November 23, 2024, and may contact Roberto Mendez or Penny Rice for further clarification on the submission process.
    SOF Global Services Delivery
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is in the process of developing an Acquisition Strategy for the SOF Global Services Delivery (SOF GSD) contract, which is a recompete of the SOF Core Support (SCS) program. The procurement aims to provide essential support services to enhance the operational capabilities of Special Operations Forces, although specific requirements and decisions regarding the number of awardees or an Industry Day have yet to be finalized. This opportunity is significant for industry partners interested in supporting the SOF mission, and updates will be provided exclusively through the special notice until a formal draft RFP is posted, anticipated after January 1, 2025. Interested parties can reach out to primary contact Sherri Ashby at sherri.ashby@socom.mil or secondary contact Alicia Spurling at alicia.spurling@socom.mil for further information.
    Pre-packaged meals for 1011th ENG Co
    Active
    Dept Of Defense
    The Department of Defense, through the USPFO Activity Puerto Rico, is seeking quotes from qualified small businesses for the provision of pre-packaged meals for the 1011th Engineering Company of the Army National Guard. The procurement involves delivering a total of 1,184 dinner and 1,184 breakfast meals at Camp Santiago, Salinas, Puerto Rico, from November 9 to November 17, 2024, with strict adherence to delivery times and food safety standards. This initiative underscores the importance of providing nutritious meals to military personnel while ensuring compliance with federal and local culinary regulations. Interested vendors must submit their quotes by the specified deadline and ensure they are registered in the System for Award Management (SAM) to be eligible for contract award; inquiries can be directed to Contract Specialists Maria del Mar Ruiz and Argenies Gonzalez via their provided emails.
    Quality Assurance Services - Civil Works, Interagency and International Services (IIS), and Military Construction Projects in Puerto Rico and U.S. Virgin Islands
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Caribbean District, is seeking proposals for Quality Assurance Services related to Civil Works, Interagency and International Services, and Military Construction Projects in Puerto Rico and the U.S. Virgin Islands. The contract will involve comprehensive quality assurance activities, including compliance assessments, construction inspections, and documentation of findings for various construction projects, such as navigation, flood control, and environmental restoration. This total small business set-aside contract has an estimated capacity of $35 million over a performance period of up to five years and six months, with the Request for Proposal (RFP) expected to be issued by mid-November 2024. Interested vendors should register on the System for Award Management (SAM) website to receive updates and ensure eligibility for contract award; for further inquiries, contact Adeline Fuata at adeline.f.fuata@usace.army.mil or Katrina Chapman at katrina.l.chapman@usace.army.mil.