Personnel Recovery Services - USSOUTHCOM J33
ID: W91QEX25R0001Type: Solicitation
AwardedDec 16, 2024
$4M$3,965,640
AwardeeWALSINGHAM GROUP INC Fayetteville NC 28311 USA
Award #:W91QEX25C0002
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, 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.
    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.
    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.
    Similar Opportunities
    USSOUTHCOM J2 EDA IDIQ
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the USSOUTHCOM J2 Enhanced Domain Awareness (EDA) Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This contract aims to provide strategic and technical support services to enhance domain awareness, requiring various IT and data management professionals, including roles such as Cloud Web Developer and Geospatial Solutions Architect. The contract includes a one-month phase-in period followed by a four-month base period, with three optional 12-month extensions, and emphasizes the reimbursement of other direct costs based on actual expenses incurred. Interested contractors must submit their proposals by January 5, 2026, at 11:00 AM, and can direct inquiries to Tonya Johnson at tonya.k.johnson11.civ@mail.mil or Sherwin Riley at sherwin.d.riley.civ@mail.mil.
    SOF Global Services Delivery Request for Proposal (DRAFT)
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is seeking proposals for the Special Operations Forces Global Services Delivery (SOFGSD) contract, which is a Total Small Business Set-Aside opportunity. This procurement aims to secure administrative management and general management consulting services to support USSOCOM's global missions and enterprise needs, with a focus on providing subject matter expertise and knowledge-based services. The contract will be awarded as multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a requirement for offerors to possess a Top Secret Facility Clearance and to meet specific cybersecurity standards as outlined in the recent DFARS rule. Interested parties should direct inquiries to the primary contact, Sherri Ashby, at sherri.ashby@socom.mil, and note that the final Request for Proposal (RFP) is anticipated to be released in Q2 FY26, following additional drafts and industry engagement sessions.
    USSOCOM SOFM PPBESS Support Services Bridge Contract
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is seeking support services through a bridge contract for the SOFM PPBESS initiative. This procurement aims to provide IT and telecom business application development support services, which are critical for enhancing operational capabilities within the command. The services will be performed in Florida, underscoring the importance of local expertise in fulfilling the requirements. Interested parties can reach out to Amanda K. Brown at amanda.k.brown.civ@socom.mil for further details regarding the contract specifics and timelines.
    Personnel Recovery Mission Software (PRMS) Sustainment Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sustainment support for the Personnel Recovery Mission Software (PRMS). This procurement is justified as an Other Than Full and Open Competition, indicating a specialized need for ongoing support services related to program management. The PRMS is critical for enhancing personnel recovery operations, ensuring that the necessary software remains functional and effective for mission success. Interested parties can reach out to Desiree Logan at desiree.logan@us.af.mil or A. Nicole Black at aimee.black@us.af.mil for further details regarding this opportunity, which is based in Michigan (ZIP code 48045).
    Armed Protective Security Officer Services at Customs and Border Protection Locations throughout Puerto Rico for Federal Protective Service
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is soliciting proposals for Armed Protective Security Officer (PSO) services at Customs and Border Protection (CBP) facilities throughout Puerto Rico. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) agreement with fixed hourly rates, covering an estimated 750,000 service hours over a five-year period, with a minimum guarantee of $100,000. This procurement is a competitive 8(a) small business set-aside, emphasizing the importance of security services in safeguarding federal facilities. Interested parties must submit proposals by December 8, 2025, at 3:00 PM Eastern Time, and are encouraged to contact Kimberly Skiotys at kimberly.skiotys@fps.dhs.gov for further information and to attend a pre-proposal conference on November 21, 2025.
    Survival, Evasion, Resistance, and Escape (SERE) Support Services
    Dept Of Defense
    The Department of Defense, through the Air Force Installation Contracting Center (AFICC) 338th Enterprise Sourcing Squadron, is seeking qualified sources for Survival, Evasion, Resistance, and Escape (SERE) Support Services at Fairchild Air Force Base (AFB), WA, and Joint Base San Antonio (JBSA) – Lackland, TX. The procurement involves providing non-personal services for various SERE training programs, including advanced skills training, water survival, and conduct after capture, with the contract structured as a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) over a four-year base period and a two-year option period. This acquisition is a total Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the importance of performance and technical capability over price in the evaluation process. Interested offerors must register under NAICS code 611519 and submit proposals electronically by the specified deadlines, with the anticipated solicitation release around January 12, 2026. For further inquiries, contact Cameron Fernald at cameron.fernald@us.af.mil or Justin Haynes at justin.haynes.7@us.af.mil.
    SOFAM 26 Austere/Arctic Medical SME
    Dept Of Defense
    The Department of Defense, through the U.S. Special Operations Command (USSOCOM), is seeking proposals from qualified small businesses for the provision of Austere/Arctic Medical Subject Matter Expertise (SOFAM) in Fairbanks, Alaska. The contract, valued at $16,500,000, aims to deliver specialized training in austere and arctic medicine, including the provision of medical expertise, equipment, and Continuing Education Units (CEUs) for Special Operations Command North (SOCNORTH) from January 4-30, 2026. This opportunity is critical for enhancing the operational readiness of military personnel in extreme environments, necessitating contractors to meet stringent qualifications, including certifications in mountain medicine and avalanche safety. Interested parties must submit their proposals by the deadline for questions on December 3, 2025, and can contact MSG Andre Furman at andre.d.furman.mil@socom.mil or 719-723-6413 for further information.
    CENTAM GUARDIAN 26 - El Salvador
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking support for the CENTAM GUARDIAN 26 exercise in San Salvador, El Salvador, scheduled from April 13 to April 30, 2026. The procurement aims to provide a range of supplies and services to support up to 1,000 personnel at various training locations, including chemical latrines, portable showers, vehicles with drivers, power generators, and various logistical services. These goods and services are critical for ensuring the operational readiness and comfort of personnel during the exercise. Interested vendors are encouraged to submit a capability statement to SSG Anthony Strobel at anthony.d.strobel2.mil@army.mil or SSG Yanto Dokosansima at yanto.d.dokosansima.mil@army.mil for further details as the exercise date approaches.
    Suite of Integrated Radio Frequency Countermeasures (SIRFC) system
    Dept Of Defense
    The United States Special Operations Command (USSOCOM) is seeking to award a non-competitive sole source follow-on contract for the continued life-cycle support of the AN/ALQ-211 Suite of Integrated Radio Frequency Countermeasures (SIRFC) system. This procurement will encompass Program Management, Engineering Support, Contractor Logistics Support, Material Procurement, Field Service Representatives, and Administration Support, primarily aimed at sustaining the AN/ALQ-211 system. The intended award will be a hybrid Firm Fixed Price, Cost-Reimbursable, and Cost-Plus Fixed Fee, Indefinite Delivery Indefinite Quantity (IDIQ) Contract, with a five-year ordering period and a six-month extension option. Interested parties must submit their statements of interest and supporting documentation to Mrs. Stephanie Dillon at stephanie.f.dillon.civ@socom.mil by 10:00 am Eastern Time on December 27, 2024, to be considered for this opportunity.
    TAPO Technical Support Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Special Operations Command (USSOCOM), is seeking technical support services under the title "TAPO Technical Support Services." The procurement aims to acquire professional support focused on policy review and development, which is critical for enhancing operational effectiveness within the command. This opportunity underscores the importance of specialized support services in maintaining and improving defense strategies and operations. Interested vendors can reach out to Aurelio Medina at aurelio.k.medina.civ@socom.mil for further details regarding the procurement process.