Optimizing the Human Weapon System
ID: W50S81-24-Q-B002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NE USPFO ACTIVITY MAANG 104WESTFIELD, MA, 01085-1482, USA

NAICS

Offices of Physical, Occupational and Speech Therapists, and Audiologists (621340)

PSC

MEDICAL- PHYSICAL MEDICINE/REHABILITATION (Q518)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Massachusetts Air National Guard, is seeking proposals for the "Optimizing the Human Weapon System" (OHWS) service under solicitation number W50S81-24-Q-B002. The primary objective is to provide comprehensive injury prevention, rehabilitation, and performance optimization services for fighter pilots at the 104th Fighter Wing in Barnes ANGB, MA, with a focus on enhancing pilot readiness and reducing injury rates through a multidisciplinary physical training program. This contract, set for a duration of 12 months with an option for a 6-month extension, emphasizes the importance of qualified contractors demonstrating relevant experience, particularly in neck, spinal, and lower back human factors. Interested vendors must submit their proposals by September 17, 2024, and can direct inquiries to MSgt Nathan Staples at 104.fw.msc@us.af.mil or by phone at (413) 564-2796.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quotation (RFQ) for "Optimizing the Human Weapon System" services at Barnes Air National Guard Base in Westfield, MA. It specifies that the contract will be a Firm-Fixed Price award intended for small businesses, with the solicitation number W50S81-24-Q-B002. Interested vendors must comply with related federal regulations and are required to submit a detailed proposal that includes qualifications, past experiences, training plans, metrics tracking, and appointment scheduling systems. The proposal evaluation will emphasize technical qualifications, past performance, and price, with specific criteria enhancing those offering licensed physical therapists or demonstrating more extensive experience. The contract period spans from September 30, 2024, to September 29, 2025, with an option for six additional months. Quotes are due via email by September 17, 2024, with an opportunity for questions until September 4, 2024. This RFQ demonstrates the government's commitment to enhancing support services for military personnel's physical health through regulated procurement processes.
    The Performance Work Statement (PWS) for the FY 24 Optimize Human Weapon System Services (OHWS) outlines the requirement for a contractor to provide comprehensive injury prevention, rehabilitation, and performance optimization services for fighter pilots at the 104th Fighter Wing in Barnes ANGB, MA. The initiative aims to enhance pilot readiness by reducing injury rates and enhancing quality of life through a multidisciplinary physical training program centered on musculoskeletal health. The contract period spans from 30 September 2024 to 29 September 2025. Essential components include initial assessments, personalized training plans, injury prevention strategies, and post-flight treatments. The contractor must maintain a skilled workforce with relevant certifications, ensuring compliance with various security and quality standards, while coordinating care with flight surgeons. Regular reporting on metrics related to pilot performance and health is required to track program effectiveness. The PWS emphasizes the importance of adhering to federal regulations, operational security, and maintaining a zero-tolerance policy for trafficking in persons. Overall, this document serves as a detailed guideline for delivering specialized services to maximize the operational capability of military aircrew members.
    The document is a federal solicitation (RFP) under solicitation number W50S8124QB002, detailing contractual clauses for government procurement primarily focused on commercial products and services. It incorporates a wide array of clauses covering various requirements, from compensation of former Department of Defense officials to safeguarding sensitive information, and includes references for compliance with cybersecurity regulations. Key sections emphasize contractor duties regarding the electronic submission of payment requests, evaluation criteria based on technical merit, price, and past performance, and mandatory representations related to business operations concerning foreign regimes and telecommunications. Additional key clauses relate to environmental standards, affirmative action compliance, and disclosures related to greenhouse gas emissions. This RFP demonstrates the government's focus on compliance, transparency, and safeguarding sensitive information while ensuring reliable procurement processes, emphasizing the importance of adherence to federal regulations in all contracting activities. Overall, the solicitation serves as a framework for both contractors and the government to align on expectations and responsibilities within the context of federal acquisitions.
    The Department of the Air Force has issued a Request for Quote (RFQ) for a one-year contract, with a six-month optional extension, aimed at optimizing the Human Weapon System (OHWS). The RFQ seeks a qualified entity to provide documentation on the certifications, training, and past experience of the proposed individual, along with details on training plans, metrics tracking, and appointment scheduling. The successful offeror will be required to deliver services related to physical therapy, spinal manipulation, or other medical practices focused on enhancing the performance and resilience of the human weapon system. The evaluation of offers will consider pricing and the items outlined in the addendum. This contract focuses on enhancing the capabilities of the 104th Fighter Wing of the Massachusetts Air National Guard based at Barnes Air National Guard Base.
    The Department of the Air Force is requesting quotes (RFQ) for the "Optimizing the Human Weapon System" (OHWS) under solicitation W50S81-24-Q-B002. The primary service sought is full-time provision of OHWS for a duration of 12 months, with an option for a 6-month extension. Potential offerors must demonstrate their qualifications, certifications, and relevant experience, particularly in neck, spinal, and lower back human factors. Required documentation includes individual training plans, metrics for performance tracking, appointment scheduling methods, and references from at least two similar federal contracts awarded in the past five years. The submission must affirm the offer is valid for 30 days, with an authorized signature from a company representative. This RFQ indicates the Air Force's commitment to optimizing personnel capabilities, underscoring the significance of documented experience and systematic approaches in the proposal evaluation process.
    The document concerns federal requests for proposals (RFPs) and grants, aimed at improving government operations across various sectors. It outlines the principles guiding the development and submission of proposals, emphasizing the importance of compliance with federal regulations while fostering innovation and efficiency. Key areas of focus include funding opportunities, eligibility criteria, and application processes for potential applicants. The document stresses the need for clear, well-structured proposals that align with governmental objectives and demonstrate measurable outcomes. Furthermore, it details the evaluation criteria employed by government agencies to assess submitted proposals, highlighting the significance of impact, feasibility, and cost-effectiveness. The language emphasizes transparency and accountability in the funding process, underlining the role of collaboration between federal, state, and local agencies in achieving public service goals. Overall, this document serves as a vital resource for organizations seeking to navigate the complexities of federal funding mechanisms, promoting enhanced service delivery and project effectiveness within government frameworks.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    HH-60W Ux Validator II Test Set Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals for the repair and refurbishment of the Ux Validator II Test Set and associated equipment to support the HH-60W helicopter. The procurement aims to ensure the operational readiness and availability of critical test sets used for aircraft maintenance, which are essential for verifying the functionality of various aircraft systems and components. This long-term contract is structured as a ten-year agreement, including a base year and nine optional years, with an estimated quantity of 24 units per year and a required delivery timeframe of 12 months after receipt of funded orders. Proposals are due by 5:00 PM EDT on October 3, 2025, and interested parties should contact Dominique Doyle at Dominique.doyle@us.af.mil or Hillary Souther at Hillary.souther@us.af.mil for further information.
    On-Site Depot Support (OSDS) for AFSOC C-130 Weapon Systems and Support Systems
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is soliciting proposals for On-Site Depot Support (OSDS) for Air Force Special Operations Command (AFSOC) C-130 Weapons Systems and Support Systems at Hurlburt Field, Florida. The procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract for skilled labor and management services to perform maintenance and modification tasks on specialized C-130 aircraft over a ten-year period, including a 12-month base year and nine 12-month options. This contract is crucial for ensuring timely and high-quality maintenance support for AFSOC's operational readiness, with a total estimated value of $45.5 million. Interested small businesses must submit their proposals by October 16, 2024, and can direct inquiries to Donna Casey at donna.casey.3@us.af.mil or Raquiel Shell at raquiel.shell@us.af.mil.
    Overhaul/Repair of TH-1H Dynamic Components
    Active
    Dept Of Defense
    The U.S. Air Force seeks proposals for the overhaul and repair of dynamic components vital to the operation of TH-1H helicopters, ensuring the fleet's availability for pilot training and mission readiness. This extended solicitation, now due on September 26, 2024, emphasizes OEM-certified services for critical parts and adherence to strict quality and delivery standards. A range of associated files details the requirements for this project, focusing on efficient procurement and delivery processes, stringent standards for parts and packaging, and comprehensive maintenance and support services. The Air Force requires comprehensive solutions for several key projects, including cybersecurity enhancements, large-scale language model development, data storage improvements, drone-based surveillance systems, disaster response enhancements, smart city infrastructure development, and digital transformation consulting. These projects aim to upgrade the government's capabilities across various domains, leveraging technology and innovation. Contractors interested in bidding for these opportunities should review the detailed files accompanying this solicitation, which outline specific requirements, delivery schedules, and evaluation criteria.
    Overhaul/Repair of TH-1H Dynamic Components
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul and repair of dynamic components for the TH-1H helicopter under solicitation number FA852424R0008. The primary objective is to ensure that critical safety items are overhauled in accordance with the original equipment manufacturer's standards, thereby maintaining the operational readiness of the U.S. Air Force's fleet for training and combat missions from FY25 to FY30. This procurement is vital for sustaining flight safety and operational integrity, as it involves essential components such as the Main Transmission Assembly and Tail Rotor Drive Quill Assembly. Proposals are due by September 26, 2024, at 4 PM EST, and interested contractors should contact Shawna Barrett at shawna.barrett.1@us.af.mil or Leigh Ann Taylor at leigh.taylor.3@us.af.mil for further information.
    CHEERS MAA Open Period 2 - All Technical Areas, 10 U.S.C. 4023 - Procurement for Experimental Purposes (ARA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory (AFRL) and the United States Air Force School of Aerospace Medicine, issues an open solicitation for experimental purposes, governed by 10 U.S.C. 4023. This multi-step procurement process, referred to as Continuing Human Enabling, Enhancing, Restoring, and Sustaining (CHEERS), seeks innovative solutions in various technical areas related to human effectiveness for national defense. The Air Force invites contractors to submit concise five-page white papers outlining their approaches. These submissions will undergo a review process, and successful candidates will be invited to present detailed proposals. The AFRL retains the discretion to award multiple contracts, IDIQs, or purchases under specific authorities. The focus areas include a wide range of supplies and services, from medical and aeronautical to signal and energy supplies for defense purposes. Offerors should be prepared to provide data items, software, and hardware, although the exact requirements will be established later. The process allows the AFRL to explore diverse solutions, with potential contracts valued at up to $500 million. The legal and contracting clauses detailed in the procurement aim to ensure compliance with federal regulations and manage contractual relationships. These clauses cover various topics, including security, employee rights, and intellectual property, and will be incorporated into the contracts. Contractors will also be responsible for flowing down these clauses to their subcontractors. This solicitation serves as an initial request for information or a draft, as key evaluation criteria and dates are absent. The AFRL seeks to protect proprietary data and may impose security and export control regulations. The submission deadline for the initial white paper step is 30 September 2027. For clarification or questions, interested parties may contact Amber Taylor or Ashlee Green via email.
    Fall Protection
    Active
    Dept Of Defense
    The Department of Defense, specifically the Rhode Island Air National Guard, is seeking proposals for the installation of a fall protection system at the Quonset Air National Guard Base in North Kingstown, Rhode Island. The project requires the installation of two fall protection units that must support at least two adults and adhere to safety regulations due to the installation height of approximately 17 feet. This initiative is critical for ensuring safety in military operations and aligns with federal efforts to enhance compliance and safety standards in public infrastructure projects. Proposals are due by 1:00 PM EST on September 26, 2024, and interested parties should direct inquiries to Jeffrey Corey at jeffrey.m.corey4.mil@army.mil prior to the deadline.
    High-Performance Electromagnetic Spectrum Survivable Materials Advancement (HELMSSMAN)
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Research Laboratory (AFRL), is soliciting proposals for the High-Performance Electromagnetic Spectrum Survivable Materials Advancement (HELMSSMAN) project. The primary objective of this initiative is to research, develop, prototype, and transition technologies that enhance vision protection materials and materials for electromagnetic spectrum resilience. This project is critical for advancing military capabilities in the face of evolving threats, ensuring that the U.S. maintains a technological edge in defense operations. Interested parties must submit their proposals electronically by October 18, 2024, with a total program cost anticipated at $499 million, and can direct inquiries to AFRL.RX.MAA@us.af.mil for further information.
    Overhaul/Repair of TH-1H Dynamic Components
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul and repair of TH-1H dynamic components under solicitation FA852424R0008 0003. This procurement involves various maintenance and reporting services, including inspections and quality assurance, with a focus on compliance with Item Unique Identification (IUID) standards and the submission of essential documentation such as Accident/Incident Reports and Counterfeit Prevention Plans. The services are critical for maintaining the operational readiness of military aviation assets, ensuring that helicopter components are effectively managed and maintained. Proposals are due by September 26, 2024, and interested contractors should contact Shawna Barrett at shawna.barrett.1@us.af.mil or Leigh Ann Taylor at leigh.taylor.3@us.af.mil for further information.
    One Semi-Automated Forces (OneSAF) Solicitation
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Program Executive Office for Simulation, Training, and Instrumentation, is seeking proposals for the One Semi-Automated Forces (OneSAF) program, which focuses on software development, integration, and support for Army training applications. The procurement aims to enhance interoperability and support cloud-based software applications, thereby reducing costs and facilitating training across various Army units and agencies. This contract is structured as a Small Business Set-Aside Indefinite Delivery/Indefinite Quantity (ID/IQ) arrangement, with a minimum guarantee of $400,000 and a maximum ceiling value of $127 million over a 72-month period. Interested parties must submit their proposals by September 23, 2024, and can direct inquiries to Naillil DeJesus at naillil.m.dejesus.civ@army.mil or Demetria Carter at demetria.b.carter.civ@army.mil.
    Honeywell Engineering Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting engineering services from Honeywell under a sole source opportunity. The primary objective of this procurement is to enhance the operational capabilities and reliability of Air Force weapon systems through specialized engineering, research, and technological support, as outlined in the Performance-Based Work Statement (PWS). This initiative is crucial for maintaining mission-essential services, particularly as Air Force assets age, ensuring the efficacy and safety of military operations. Interested parties can reach out to Stephen Schexnayder at stephen.schexnayder.2@us.af.mil or Gerald Mosley at gerald.mosley.1@us.af.mil for further details, with proposals due by September 23, 2024, under solicitation number FA8109-24-R-0003.