Reasonable Accommodation Support Services
ID: N0018925RAEEOType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SPECIAL STUDIES/ANALYSIS- MEDICAL/HEALTH (B537)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP), is seeking vendors to provide Reasonable Accommodation Support Services aimed at enhancing equal employment opportunities for individuals with disabilities. The contractor will be responsible for delivering medical analysis support, including independent medical reviews, in-person consultations, and assistance during court hearings related to disability discrimination claims, all in compliance with Equal Employment Opportunity (EEO) laws. This initiative is crucial for ensuring that employees with disabilities can fully participate in the job application process and enjoy employment benefits comparable to their peers. Interested parties must submit their capabilities statements and company details by April 16, 2025, to Jessica Thompson at jessica.a.thompson58.civ@us.navy.mil, with the procurement anticipated under NAICS code 541990 for professional, scientific, and technical services.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 9:05 PM UTC
The NAVSUP Equal Employment Opportunity (EEO) Office seeks contractor services for medical analysis related to Reasonable Accommodations (RA) for individuals with disabilities. This initiative aims to ensure that personnel can engage in the job application process, fulfill job duties, and enjoy employment benefits comparable to those without disabilities. The contractor will offer professional medical reviews, in-person consultations, and court hearing assistance as part of the NAVSUP RA program. Responsibilities include assessing RA requests, providing independent medical opinions, and facilitating compliance with applicable EEOC laws and directives. The contractor is required to submit medical reports and consultation documents electronically, maintain monthly meetings with NAVSUP representatives, and travel for consultations as necessary. The contract is set for 12 months with possible extensions, requiring personnel to meet security clearances and privacy regulations while safeguarding sensitive information. This document serves as a Performance Work Statement, guiding the contractor in fulfilling requirements for medical guidance and accommodation support within NAVSUP’s framework.
Apr 10, 2025, 9:05 PM UTC
The Naval Systems Supply Fleet Logistics Center, Norfolk (NAVSUP FLCN) has issued a Sources Sought Notice to identify potential vendors for medical analysis support services, specifically focused on Reasonable Accommodations (RA) for employees with disabilities within the Naval Supply Systems Command (NAVSUP). The objective is to enhance equal employment opportunities by providing independent medical reviews, in-person consultations, and support during court hearings related to disability discrimination claims. The contractor is expected to deliver unbiased analysis reports on accommodation requests and assist in assessments relevant to specific disabilities. Submissions must include the company's details, a capabilities statement summarizing applicable services, and the firm's size status. The anticipated NAICS code for this procurement is 541990, covering all other professional, scientific, and technical services. Responses due by April 16, 2025, will contribute to market research but do not obligate the government to procure services. This notice emphasizes the importance of compliance with EEO laws while fostering a workplace that supports individuals with disabilities.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Medical Accession Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Medical Accession Services for the U.S. Military Entrance Processing Command (USMEPCOM). This procurement involves personal services at 65 Military Entrance Processing Stations (MEPS) across the continental United States, Alaska, Hawaii, and Puerto Rico, where contractors will review medical histories, perform evaluations, and assess medical test results to ensure applicants meet military medical standards. The contract will be awarded as an Indefinite Delivery/Indefinite Quantity (IDIQ) with a five-year ordering period from December 18, 2025, to December 17, 2030, and is set aside 100% for 8(a) small businesses. Interested parties should monitor the Procurement Integrated Enterprise Environmental (PIEE) website for the solicitation, which is expected to be posted on or about May 25, 2025, and must be registered in the System for Award Management (SAM) to participate. For further inquiries, contact Carlos Ramirez at carlos.a.ramirez18.civ@health.mil or David Robledo at david.robledo17.civ@health.mil.
Fleet and Family Support (FFSP) Global Staffing
Buyer not available
The Department of Defense, through the Commander Navy Installations Command (CNIC), is seeking proposals for a contract titled "Fleet and Family Support (FFSP) Global Staffing" to provide comprehensive support services for military personnel and their families. The contract aims to deliver global staffing solutions, remote service delivery, and on-site support across four critical functional areas: Work and Family Life, Counseling, Advocacy and Prevention, Sexual Assault Prevention and Response, and Integrated Primary Prevention. This initiative is vital for enhancing the well-being of active duty members, retirees, and their families, ensuring effective program implementation and service delivery. Interested contractors should note that the submission deadline for proposals has been extended to April 11, 2025, at 1500 Central Standard Time, and are encouraged to contact Christopher Tullos at christopher.l.tullos.naf@us.navy.mil or Troy Milburn at troy.l.milburn3.naf@us.navy.mil for further inquiries.
Sources Sought: Natural Resources Services for NAVFAC SW
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is conducting a Sources Sought announcement to identify qualified small businesses for potential contracts related to natural resources services across several western states, primarily California. The Navy seeks to gather information on businesses capable of providing a range of environmental studies and management services, including botanical and wildlife surveys, wetlands delineations, biological monitoring, and the development of natural resource management plans. This opportunity is crucial for ensuring effective management of military lands and resources, with an expected contract value of approximately $100 million over a period of up to eight years. Interested parties, particularly those classified as SBA-certified 8(a), HUBZone, Economically Disadvantaged Women-Owned, and Service-Disabled Veteran-Owned Small Businesses, must submit their responses by April 30, 2025, and can contact Kevin Magennis or Eunjew Dame for further information.
R--Professional management and coordination support services
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking professional management and coordination support services for various Department of Navy (DoN) related ceremonies, functions, and events in Washington, DC. The services will be acquired in accordance with the Federal Acquisition Regulation (FAR) Part 12 and FAR Part 13. The contractor will provide support services for U.S. Navy events and ceremonies, including band concerts, wreath laying ceremonies, concerts on the Avenue, and the Blessing of the Fleet ceremony. The contract will have a base period of performance from December 1, 2018, to November 30, 2019, with a potential six-month extension. The NAICS code for this acquisition is 541611, and the Size Standard is $15.0M. The Request for Quote package will be available for downloading on February 7, 2017, at http://www.neco.navy.mil or http://www.fedbizopps.gov. Contractors must be registered in the Systems for Award Management (SAM) database to be eligible for award. For more information, contact the primary contact person listed in the synopsis.
R614 - Paper Shredding Services
Buyer not available
The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking qualified small businesses to provide paper shredding services for the Naval Medical Readiness Logistics Command (NMRLC) Headquarters. The procurement aims to establish a Firm, Fixed Price contract with a 12-month base period and four one-year option periods, ensuring secure disposal of sensitive documents. This service is critical for maintaining confidentiality and compliance with federal regulations regarding document destruction. Interested vendors must monitor the Navy Electronic Commerce Online (NECO) and SAM.gov websites for the formal solicitation, anticipated to be released on or after April 16, 2025, with quotes due by the specified closing date. For inquiries, contact Mr. Jorge E. Candela Bocanegra at jorge.e.candelabocanegra.civ@us.navy.mil.
USS PEARL HARBOR (LSD 52) FY26 DSRA AND USS O’KANE (DDG 77) FY26 DSRA
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the execution of Docking Selected Restricted Availability (DSRA) for the USS PEARL HARBOR (LSD 52) and USS O’KANE (DDG 77). This procurement requires a contractor with substantial facilities and human resources capable of performing maintenance, modernization, and repair for these naval vessels, which are critical to maintaining operational readiness. The contracts will be awarded as two separate Firm-Fixed-Price agreements, with proposals due by May 6, 2025, and interested parties must monitor the PIEE/SAM.gov page for updates and amendments. For further inquiries, potential offerors can contact Contract Specialist Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil or Contracting Officer Courtney Schlusser at courtney.j.schlusser.civ@us.navy.mil.
16--EFIS CONTROL PANEL,, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the EFIS Control Panel, a critical component in aircraft operations. The procurement requires that the contractor provide FAA-certified parts and adhere to strict quality and inspection standards, ensuring that all items are returned to a Ready for Issue (RFI) condition. This opportunity is vital for maintaining the operational readiness of naval aircraft, emphasizing the importance of high-quality repairs and compliance with military specifications. Interested vendors must submit their firm-fixed price quotes by April 28, 2025, and can direct inquiries to Rachel Opperman at 215-697-2560 or via email at RACHEL.M.OPPERMAN.CIV@US.NAVY.MIL.
59--SECTION ASSY,DC
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of a SECTION ASSY, DC, which falls under the NAICS code 335999 for All Other Miscellaneous Electrical Equipment and Component Manufacturing. This contract involves the manufacture and quality assurance of the specified assembly, which is critical for various defense applications, ensuring operational readiness and reliability of naval systems. Proposals must be submitted by 4:30 PM Eastern Time on May 5, 2025, with all submissions directed via NECO or email to the primary contact, Daniel C. Shepley, at daniel.c.shepley.civ@us.navy.mil or by phone at 717-605-7043.
Command Reutilization and Disposal Services
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center, is conducting market research for Command Reutilization and Disposal Services to support operations at NAWCWD China Lake and Naval Base Ventura County. The procurement aims to identify responsible sources capable of providing reutilization and disposal services for excess government property, including non-consumables, consumables, and furniture, accumulated over the years. This initiative is crucial for efficient management and disposal of government assets, ensuring compliance with regulations and optimizing resource utilization. Interested firms must submit their capability statements and feedback on the draft Statement of Work by email to the designated contacts, Rachelle Todd and Shana Hwang, within 15 days of this notice, as no solicitation is currently available.
99--SUPPORT
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for a contract titled "99--SUPPORT." This opportunity encompasses the procurement of miscellaneous general-purpose machinery manufacturing services, as indicated by the NAICS code 333998 and PSC code 9999. The goods and services sought are critical for supporting various naval operations and ensuring the effective functioning of military equipment. Interested vendors should direct their inquiries to Jessica M. Gershenfeld via email at JESSICA.M.GERSHENFELD.CIV@US.NAVY.MIL for further details on the solicitation process and requirements.