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
    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
    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.
    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
    NECC Central Issue Facilities Programs
    Dept Of Defense
    The Department of Defense, through the Naval Supply Center (NAVSUP) Fleet Logistics Center (FLC) Norfolk, is seeking qualified 8(a) firms to provide Central Issue Facilities Support Services for the Navy Expeditionary Combat Command (NECC). The primary objective of this procurement is to obtain analytical and logistical product support management for three Central Issue Facilities (CIFs) located in Williamsburg, Virginia, and Gulfport, Mississippi, focusing on inventory management, customer support, and logistics analysis for Infantry Combat Equipment (ICE) and medical/dental materials. This contract is anticipated to be a firm-fixed-price type, with performance expected to commence around March 26, 2026, and will span five years, including one base year and four option years. Interested parties should submit their capabilities statements by December 18, 2025, to Sherell Brown at sherell.g.brown.civ@us.navy.mil and Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.
    RDTE Program Technical Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the NAVFAC Systems and Expeditionary Warfare Center, is seeking a contractor to provide technical services for an applied Research, Development, Testing, and Evaluation (RDT&E) program focused on Navy-driven research needs related to at-sea compliance and permitting. The contractor will be responsible for generating communication products and facilitating meeting planning and documentation, ensuring adherence to relevant environmental laws and regulations such as the National Environmental Policy Act and the Marine Mammal Protection Act. This procurement is particularly significant as it supports the Navy's ability to conduct uninterrupted at-sea training and testing, with a contract term of one year starting in 2026, plus four option years. Interested women-owned small businesses are encouraged to submit pricing quotes and technical capability statements, with inquiries directed to Nicole Mendes at nicole.mendes@navy.mil or Ryan J. Kenniff at ryan.j.kenniff.civ@us.navy.mil.
    Wounded Warrior Outreach and Resource Support Services-Request for Proposal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the Wounded Warrior Outreach and Resource Support Services under Request for Proposal (RFP) M0026426R0001. The contractor will be responsible for providing comprehensive outreach and resource support services to approximately 35,000 wounded, ill, and injured Marines, Sailors, veterans, and their families, including program management, call center support, and field service support across various locations. This initiative is crucial for ensuring effective non-medical case management and resource advocacy, emphasizing strict adherence to privacy and confidentiality protocols. Interested parties must submit their proposals by the extended deadline, with inquiries directed to Bradley Hoover at bradley.hoover@usmc.mil or Cynthia Guthridge at cynthia.guthridge@usmc.mil.
    Unmanned Maritime Systems (UMS) Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is soliciting proposals for Unmanned Maritime Systems (UMS) support under the Seaport NxG Multiple Award Contract (MAC), designated as number N6133126R3102. This opportunity is exclusively available to holders of the Seaport MAC and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The UMS support is critical for enhancing naval operations and capabilities, reflecting the increasing reliance on unmanned systems in maritime environments. Interested parties must submit their responses via the PIEE Solicitation Module by January 5, 2025, at 4 PM CST. For further inquiries, contact Melissa Ryan at melissa.m.ryan12.civ@us.navy.mil or Matthew Hammond at matthew.a.hammond4.civ@us.navy.mil.
    American Sign Language (ASL) Interpreter Services
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center San Diego, is seeking qualified small businesses to provide in-person American Sign Language (ASL) Interpreter Services under a combined synopsis/solicitation. The procurement aims to establish a Firm-Fixed-Price (FFP) contract for a base year, with four additional option years, to support various events primarily at Naval Base San Diego, requiring a minimum of 10 days' notice for service requests. This contract is crucial for ensuring effective communication and accessibility for deaf and hard-of-hearing personnel within the military context. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to register in the System for Award Management (SAM) prior to submission; technical questions are due by December 11, 2025. For further inquiries, potential offerors can contact Yesica Lorena Burrill at yesica.l.burrill.civ@us.navy.mil or by phone at 619-556-9627.
    Aircraft Carrier Readiness Support
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking contractors for the Aircraft Carrier Readiness Support contract, aimed at enhancing the operational readiness of U.S. Navy aircraft carriers. This procurement involves providing professional engineering assistance, including technical expertise, logistics coordination, and quality assurance, to support the maintenance and modernization of the USS Nimitz (CVN 68) and USS Gerald R. Ford (CVN 78) class carriers. The contract is crucial for ensuring that these vessels are mission-capable and ready for deployment, aligning with the Navy's operational requirements. Interested parties should note that the solicitation is expected to be available around February 1, 2026, with a total contract period anticipated from August 1, 2026, to July 30, 2031. For inquiries, contact Jill Joscelyn at jill.h.joscelyn-smith.civ@us.navy.mil or call 757-443-1219.
    R699--Reader Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide Reader Services to support employees with visual impairments at the Cleveland Regional Office. The objective of this procurement is to ensure reasonable accommodation for a Department employee by offering remote reading and interpretation of various documents, including electronic records and medical information. This service is crucial for maintaining accessibility and support for veterans, emphasizing the VA's commitment to inclusivity. The contract, valued at approximately $22.5 million over a base period and four optional years, is set aside for Service-Disabled Veteran-Owned Small Businesses, with quotes due by August 7, 2025. Interested parties can contact Contracting Officer Thomas Landers at thomas.landers@va.gov or by phone at 802-698-2746 for further details.
    USSF Hiring Events
    Dept Of Defense
    The Department of Defense, specifically the Air Force District Washington (AFDW), intends to award a Sole Source contract to Recruitmilitary, Inc. for the purpose of enhancing outreach efforts to military veterans and transitioning service members regarding employment opportunities with the United States Space Force (USSF). This initiative is crucial for connecting veterans and their families with current and future job prospects within the USSF, thereby supporting their transition into civilian employment. The contract will be executed under Simplified Acquisition Procedures, and interested parties may submit their interest and product information by 4:30 PM E.S.T on December 19, 2025, via email to the primary and secondary contacts provided: Eric L. Moss at eric.moss.3@us.af.mil and Loverna Johnson at loverna.johnson.ctr@us.af.mil.
    70--DISK DRIVE UNIT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of 80 Disk Drive Units through NAVSUP Weapon Systems Support Mechanicsburg. This solicitation requires compliance with various quality and inspection standards, including MIL-STD-129 and ISO 9001, and emphasizes the importance of providing detailed procurement quotes, including CAGE codes and pricing, as well as adherence to specific packaging and marking requirements. The Disk Drive Units are critical components for military applications, and the contract is set to be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested vendors must submit their proposals by December 17, 2025, and can direct inquiries to Rachel Snyder at RACHEL.E.SNYDER@NAVY.MIL.
    L019 - Safe Haven lay/docking services.
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking qualified vendors to provide Safe Haven lay/docking services. This procurement aims to secure services that will commence around March 17, 2026, and continue through March 17, 2031, covering a five-year ordering period, and will be solicited as a total small business set aside. These services are crucial for the operational readiness and maintenance of naval vessels, ensuring they have safe docking facilities when needed. Interested parties can reach out to Kelley Nevelsteen at kelley.j.nevelsteen.civ@us.navy.mil or Carlton Walton at carlton.walton@navy.mil for further information.