Market Research and Studies Survey Services
ID: H9821025RE012Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HUMAN RESOURCES ACTIVITYDEFENSE HUMAN RESOURCES ACTIVITYALEXANDRIA, VA, 223504000, USA

NAICS

Research and Development in the Social Sciences and Humanities (541720)

PSC

SUPPORT- PROFESSIONAL: MARKET RESEARCH/PUBLIC OPINION (R422)
Timeline
    Description

    The Department of Defense, through the Defense Human Resources Activity, is soliciting proposals for comprehensive survey and market research services aimed at enhancing military recruitment efforts. The contractor will be responsible for executing studies that analyze factors influencing enlistment decisions, evaluating the effectiveness of recruiting strategies, and conducting public opinion polling among youth demographics. This initiative is critical for improving the Department's understanding of military career perceptions and optimizing recruitment strategies. Interested parties must submit their proposals in two phases, with Phase 1 due by June 17, 2025, and Phase 2 by July 8, 2025. For further inquiries, contact Courtney Fluellen at courtney.r.fluellen.civ@mail.mil or Ralph Neely at ralph.m.neely.civ@mail.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Office of People Analytics (OPA), through its Joint Advertising, Market Research and Studies (JAMRS) program, seeks a contractor to deliver comprehensive survey and market research services aimed at understanding military recruitment dynamics. The contractor's responsibilities include designing and administering surveys to evaluate factors influencing youth decisions to join the military, analyzing recruiting programs' effectiveness, and reporting insights to enhance military advertising and outreach initiatives. Key tasks include tracking factors predicting military enlistment, conducting demographic analysis of potential recruits, assessing public perceptions of military service, and integrating advanced analytics to inform recruitment strategies. The contractor will also engage in consumer decision-making research, evaluate marketing effectiveness across defined demographics, and provide critical data analysis and consultation on military recruiting policies. The work requires personnel skilled in industrial-organizational psychology, data science, and military recruitment processes, with the goal of improving the effectiveness of the Department of Defense's recruiting efforts. Deliverables, subject to government approval, will involve various forms of reporting, including technical and executive summaries, aimed at guiding military recruitment initiatives and policy decisions.
    The Performance Work Statement (PWS) for the Office of People Analytics (OPA), through its Joint Advertising, Market Research and Studies (JAMRS) program, seeks a contractor for comprehensive survey services and market research to enhance military recruiting efforts. The contractor will execute studies focused on career and consumer decision-making, effectiveness of recruiting strategies, and advertising impact across youth demographics (ages 16-24) and influencers. Key tasks include developing research hypotheses, conducting representative sampling through surveys, analyzing factors affecting military enlistment, and assessing marketing effectiveness. The contractor will also offer public opinion polling, segmentation analyses, and undertake periodic studies on prior service members and college students regarding military career perceptions. Deliverables will include a range of reports, datasets, and executive summaries tailored to military service recruiting commands, all subject to government approval. The document outlines requirements for contractor competencies in psychological research, marketing theories, and a thorough understanding of the military recruiting landscape, emphasizing ongoing collaboration with OPA and the adherence to strict security and quality control protocols throughout the contract lifecycle. This PWS exemplifies a structured approach to enhancing military recruitment through rigorous market research methodologies and stakeholder engagement.
    The Office of People Analytics (OPA) through its Joint Advertising, Market Research and Studies (JAMRS) program is seeking a contractor to provide comprehensive survey and market research services. The contractor will focus on personnel decision-making, marketing effectiveness, and analysis related to military recruiting. Key tasks include designing and conducting qualitative and quantitative studies, continuous assessment of factors influencing military enlistment, evaluating recruiting programs, and public opinion polling. The scope encompasses research on career decision-making, consumer behavior, and assessment of advertising effectiveness. Deliverables may include reports, datasets, briefings, and recommendations, with periodic assessments of military recruitment strategies. The contract necessitates personnel with expertise in psychology, marketing, and military recruiting. Compliance with security protocols and training on managing sensitive information is mandatory. The contractor must ensure high-quality data handling and reporting, with a focus on meeting deadlines and maintaining communication with JAMRS. Overall, this project seeks to enhance military recruitment through informed strategies and continuous market analysis, reflecting the commitment of the Department of Defense to improve personnel management and outreach efforts.
    The document outlines a step-by-step guide for submitting proposals through the Procurement Integrated Enterprise Environment (PIEE) in relation to Request for Proposals (RFP) No. H9821025RE012. To submit a proposal, users must first register at the PIEE website and request the Proposal Manager role. The process includes logging in, searching for relevant solicitations using various criteria, and reviewing solicitation details. Users then create and submit their offers by uploading necessary documents, entering a digital signature, and submitting the proposal. A confirmation message and tracking capabilities help users monitor their submissions. A sample timeline provides guidance on the registration and proposal preparation process, spanning 11 days from registration to proposal submission, including the need to monitor for amendments. Additionally, the document provides useful links to vendor access instructions and training resources. Overall, this guidance supports efficient proposal submission for federal RFPs, enhancing accessibility for potential bidders while ensuring adherence to procedural requirements.
    This document outlines the evaluation factors for awarding contracts under a specific government solicitation. The evaluation process consists of two phases: Phase One focuses on assessing Small Business Participation and Risk Management Framework (RMF), while Phase Two evaluates Technical, Past Performance, and Price. Each factor—Technical, Past Performance, Small Business Participation, and Price—is weighted equally, with Technical, RMF, and Past Performance being more critical than Price. The Technical evaluation examines offerors' proposed approaches, staffing plans, project management strategies, and a sample task order, assigning a combined technical/risk rating that ranges from "Outstanding" to "Unacceptable." Past Performance is assessed for recent and relevant contracts to gauge the offeror's probability of successful performance. Small Business Participation commitments are to be clearly outlined, with acceptable plans rated accordingly. The pricing evaluation aims to determine fairness and reasonableness while stating a ceiling amount of approximately $96.56 million for the contract. The document conveys the government's intent to promote efficiency while ensuring thorough review and commitment to small business utilization.
    The document outlines the evaluation criteria for awarding contracts under a federal solicitation, stipulating a two-phase evaluation process. Phase One focuses on assessing Risk Management Framework (RMF) and Small Business Participation, while Phase Two encompasses Technical evaluation, Past Performance, and Price considerations. Proposals will be rated based on several factors, with technical aspects and past performance being equally important and weighted more heavily than price. Technical evaluation will assess the offeror's proposed approach and methodology to fulfill contract requirements, with specific emphasis on core tasks related to military recruitment research. Risk assessments evaluate potential disruptions or failures in performance. Past performance evaluations will gauge the relevance and quality of prior work to anticipate future success. The Small Business Participation Factor assesses the firm’s commitment to involving small businesses in the project. Price evaluations will not receive ratings but will be assessed for fairness and reasonableness alongside transition pricing. The total contract ceiling is capped at approximately $96.6 million. The document serves to ensure thorough evaluations of offers to identify the most advantageous bid for the government, aligning with compliances in federal contract requirements.
    The document outlines the evaluation factors for contract awards in accordance with Federal Acquisition Regulation (FAR) 52.212-2, specifically for proposals related to market research services impacting military recruitment. The evaluation process occurs in two phases: the first assesses technical approach and small business participation, while the second evaluates technical performance, past performance, and pricing. Key factors include a rigorous technical evaluation focusing on methodology, risk assessment, and an extensive set of core requirements. Past performance is scrutinized for relevance and quality to predict future contract compliance. Small business participation commitments are evaluated for realistic approaches to engaging small enterprises. Finally, a price analysis will ensure that proposed rates are fair and reasonable while adhering to budget caps. Overall, this document serves as a comprehensive guide for offerors to understand the evaluation criteria pivotal to their potential success in securing government contracts regarding military recruiting initiatives.
    The document is designed to record vendor inquiries and responses related to government Requests for Proposals (RFPs) and grants. It captures critical information including the vendor's name, submission date, specific question about the RFP or grant, and the government's official response. This structure facilitates efficient tracking of queries and provides a clear record of communication between vendors and the government, ensuring transparency and clarity in the procurement process. The main purpose of the document is to support vendors in understanding the requirements and expectations of federal and state/local funding opportunities, thereby fostering informed participation in government contracting. Its systematic layout enhances organizational efficiency and accountability in the handling of RFPs and grants by allowing for a well-documented dialogue that addresses key concerns raised by potential service providers.
    The Performance Work Statement (PWS) outlines the requirements for transitioning vendors as part of the Joint Advertising, Market Research and Studies (JAMRS) program, within the Defense Personnel Analytics Center (DPAC). The contractor is expected to manage market research services, aiming to enhance understanding and recruitment of military careers. Key tasks include establishing a transition team, conducting kickoff meetings, and implementing training for new personnel. Deliverables include plans for knowledge transfer, monitoring risks, and reporting performance indicators, all designed to ensure continuity and efficiency throughout the transition. The contractor must also comply with various security protocols and training requirements focused on safeguarding sensitive information. In essence, this document serves as a framework to facilitate a smooth vendor transition while maintaining high standards of service and accountability in military recruitment efforts.
    The Defense Personnel Analytics Center (DPAC) is seeking a contractor to facilitate the transition and execution of market research services for the Joint Advertising, Market Research and Studies (JAMRS) program in support of the Fiscal Year 2025 plan. The contractor’s responsibilities include the establishment of a transition team, conducting kickoff meetings, ensuring personnel compliance with necessary training, and developing various operational plans on market research execution and information management. Deliverables must be submitted timely, with specific deadlines set for documentation related to personnel, project management, and performance metrics. Key requirements include regular updates, a risk management strategy, and an onboarding and staffing plan. The contractor will maintain a focus on quality control and compliance with security regulations throughout the contract term. This initiative underscores the government’s emphasis on informed decision-making in recruitment and advertising strategies to enhance military personnel retention and recruitment efficiency.
    The Performance Work Statement (PWS) for RFP No. H9821025RE012 outlines requirements for contractor services to conduct the 2026 New Recruit Survey focusing on recruiter processes and interactions within the Defense Personnel Analytics Center's Joint Advertising, Market Research and Studies (JAMRS) program. The contractor will be responsible for survey planning, execution, data analysis, and reporting, thereby supporting the Department of Defense's goals in recruitment and retention. The scope includes conducting a kick-off meeting with JAMRS, ensuring compliance with ethical standards, administering surveys across multiple Military Entry Processing Stations (MEPS), and providing monthly datasets of collected survey data. Deliverables include finalized survey booklets, regular status reports, technical reports, and briefing decks summarizing key findings. The document emphasizes the importance of timely and accurate deliverables, with specified performance standards and acceptable quality levels. There will be no travel needed under this contract. Overall, the PWS establishes a structured approach for contractor engagement in enhancing military recruitment methodologies through actionable insights derived from new recruits’ experiences and decisions.
    The Performance Work Statement (PWS) outlines the requirements for Contractor services in support of the Joint Advertising, Market Research and Studies (JAMRS) program, under RFP No. H9821025RE012. The primary task involves executing the 2026 New Recruit Survey, which assesses the efficacy of military recruiting through quantitative and qualitative data analysis. Key activities include survey design, distribution, data collection, and reporting findings that inform military recruiting strategies and personnel policies. The Contractor is responsible for conducting a kick-off meeting, ensuring compliance with human subject research regulations, printing and distributing survey materials, and maintaining a tracking system for survey responses. Monthly datasets and final reports on collected data are to be delivered electronically to relevant stakeholders. Performance standards include timely deliverable submissions and maintaining high accuracy with minimal errors. The contract requires no travel and emphasizes the significance of paper surveys for collecting data from new recruits, ensuring alignment with JAMRS objectives to enhance understanding of military service as a career choice. Overall, the PWS emphasizes the Contractor's role in facilitating informed decision-making within military recruiting efforts.
    The document outlines the pricing structure for Task Order Pricing Sheet associated with RFP No H98210-25-R-E012. It details three main categories through which offerors must submit their proposals: Labor (CLIN 0001), Other Direct Expenses (ODEs) (CLIN 0002), and Travel (CLIN 0003). Offerors are instructed to adhere strictly to the specified labor categories and rates as listed in a referenced Pricing Worksheet (Attachment 5). Under CLIN 0001, applicants are required to provide proposed labor hours, rates, and total costs. For CLIN 0002 on ODEs, the proposal must include the quantity, unit price, and total. Similarly, for CLIN 0003 related to travel expenses, proposals should encompass quantity and unit price to calculate the total expenses. The instructions emphasize the need to utilize predetermined pricing categories, ensuring uniformity and compliance with federal standards in the procurement process. The structure highlights the systematic approach to cost estimation required for government projects, aiming for transparency and accountability in funding allocations.
    The document outlines the pricing structure for a government Request for Proposal (RFP) identified as H98210-25RE012. It features a Task Order Pricing Sheet divided into three main components: Labor, Other Direct Expenses (ODE), and Travel. For the Labor category, it specifies proposed labor categories along with projected hours, rates, and total costs. The ODE section addresses proposed quantities, unit prices, and total expenses for additional costs related to project execution. Finally, the Travel category details the proposed travel costs associated with the task order. This structured pricing sheet is intended to provide a clear financial breakdown for potential bidders, enabling transparency and facilitating the evaluation of proposals in compliance with government procurement standards. Overall, the summary reflects the document's objective of establishing a comprehensive financial framework for an RFP initiative, ensuring clarity for involved parties in the bidding process.
    This document outlines a price proposal for government contracts, focusing on the evaluation criteria for pricing submitted by offerors. It includes various labor categories and outlines expectations for the proposal's supporting data to establish the reasonability of price points. Notable elements include a breakdown of labor hours across several roles such as Subject Matter Experts, Project Managers, and Analysts, with a total evaluated labor cost of 81,426 hours. The document also specifies transition costs and other direct expenses that may be included in the overall pricing proposal. Each labor category has specified experience and educational requirements, establishing a standardized structure for evaluation. Additionally, the government reserves the right to adjust estimated pricing ceilings at the time of award for labor, other direct expenses, and travel. This document is part of the broader federal request for proposals (RFP) process, designed to ensure transparent and competitive procurement in line with federal regulations.
    The document outlines a price proposal for a government Request for Proposals (RFP), detailing the structure and evaluation process for labor and direct expenses in contract execution. It emphasizes the importance for offerors to provide comprehensive and justifiable pricing data, ensuring all proposed costs are fair and reasonable. The pricing sheet covers various labor categories, including Subject Matter Experts, Project Managers, and Analysts, with specific rates and capacities indicated for each. Additionally, it highlights other direct expenses (ODE), such as mailing supplies and survey materials, which are essential for the project's completion. The document also notes that certain costs, such as travel, should not be proposed at this stage, as the government has the discretion to adjust estimated ceiling amounts upon contract award. The overall goal is to equip government personnel with the necessary information to evaluate the proposals thoroughly, ensuring all contributions meet both performance requirements and budgeting limitations. Ultimately, the proposal aims to establish a contract ceiling while prioritizing compliance with the project's stipulations.
    The Past/Present Performance Questionnaire (PPQ) associated with RFP No H9821025RE012 is a structured document designed to evaluate a contractor’s performance on federal contracts. It includes sections for contractor identification, customer or agency details, evaluator identification, and performance evaluation across specific criteria. The performance evaluation tabulates ratings under categories such as quality, management, small business participation, security management, and employee retention. Each category has defined performance ratings ranging from "Exceptional" to "Unsatisfactory." The questionnaire also seeks to determine if the contract faced any terminations or performance issues and invites comments regarding the contractor's capability for future solicitations. The document ultimately supports government procurement processes by capturing contractor performance metrics, facilitating informed decision-making for future contracts within government projects. Thus, it emphasizes accountability and efficacy in public sector partnerships.
    The document outlines the Ordering Procedures under RFP H9821025RE012 for a Single Award, Indefinite Delivery, Indefinite Quantity (IDIQ) contract focused on Survey Administration and Market Research services. It details the process by which the government issues task orders through a Task Order Request for Proposal (TORP), which includes specifics about labor, transition, and other direct expenses. Firm-fixed pricing applies to certain contract line items, while others, like travel and non-rate card direct expenses, require contractor proposals based on competitive quotes. A comprehensive Basis of Estimate (BOE) template is provided to guide contractors in structuring their proposals, emphasizing clarity and justification of costs linked to the Performance Work Statement (PWS). Prior to invoicing, contractors must submit draft invoices for approval to avoid delays. The document ensures that billing, invoicing, and disputes are managed according to established protocols. Overall, it serves as a procedural framework for contractors, ensuring compliance and quality in the submission of task order proposals and subsequent billing processes.
    The Small Business Participation Commitment Document (SBPCD) outlines requirements for prime contractors on federal contracts, focusing on small business participation. Contractors must indicate their size status and socioeconomic categorization, including options like Small Disadvantaged Business and Woman-Owned Small Business. The document requires a detailed breakdown of the minimum quantitative requirement (MQR) for participation, specifying the target dollar values and percentage shares of the total contract awarded to various business types. These include amounts designated for small businesses and specific categories such as HUBZone and Service-Disabled Veteran-Owned businesses. Additionally, the document provides a framework for listing proposed small business participants along with their commitments and the nature of the work involved. Changes to participants can occur during the contract performance period, with updates documented in bi-annual reports. This structure reinforces the federal government’s commitment to fostering small business opportunities within government contracting, promoting equity and diversity among subcontractors involved in the procurement process.
    The document outlines an optional submission for offerors participating in RFP No. H9821025RE012, which invites them to provide a narrative detailing their corporate procurement and risk management practices relevant to survey and market research services. The narrative, limited to two pages, is not scored or evaluated during the source selection process; its purpose is to support the government in contract administration and task order planning. Offerors may discuss topics such as subcontractor management, procedures for price justifications, handling of FAR clauses, strategies for managing cost volatility, and quality assurance processes for services rendered by subcontractors. While the submission is voluntary, its insights may aid the government in risk mitigation and task coordination during the execution of contracts. Overall, the document emphasizes the government's intention to enhance situational awareness regarding procurement practices without impacting the assessment of the proposals.
    The document comprises a series of questions and government responses related to a federal Request for Proposal (RFP) concerning market research survey services. It addresses key components such as past performance requirements, proposal submission guidelines, and pricing evaluations. Key points include confirmations about contract dates aligning with award dates, the exclusion of certain elements from page limits in proposals, and stipulations regarding vendor references for past performance. The government maintains that commercial clients must submit Past Performance Questionnaires, and education requirements for labor categories cannot be substituted with work experience. Clarifications on deliverables, transition plans following contract awards, and pricing methodologies for optional contract extensions were also discussed. The document emphasizes the importance of adhering to strict proposal guidelines while highlighting the government's commitment to maintaining fair standards in vendor qualification and project management. This RFP-related document reflects the procedural requirements inherent in federal contracting, emphasizing transparency, clarity in deliverables, and thorough evaluation criteria to ensure that all bids meet established standards. The responses guide potential bidders in understanding expectations and the method for addressing each query accurately to facilitate successful proposal submissions.
    The document pertains to a government Request for Proposals (RFP), addressing various inquiries regarding compliance requirements and submission instructions for contractor bids, particularly focused on IT and security standards. Key discussions include the necessity of achieving a Supplier Performance Risk System (SPRS) score of 110 aligned with NIST SP 800-171 security controls, where lower scores might be accepted if accompanied by a Plan of Action and Milestones (POAM) showing compliance progress. The RFP permits small business participation but is solicited on an unrestricted basis. The relevance of subcontractors' compliance with SPRS was also emphasized. Further inquiries cover the correct submission process involving FedRAMP-certified services, as well as documentation needed to justify price reasons, especially for bundled items. Contractors must show their understanding of specific staffing qualifications and demonstrate reasonable pricing strategies. Additionally, requirements for small business subcontracting include a minimum of 25% for initial years and 30% thereafter. Overall, the document outlines stringent criteria for proposals, aiming to incorporate transparency and promote effective competition within the contracting framework.
    This document outlines the government’s responses to various questions regarding the Request for Proposal (RFP) for services involving the Supplier Performance Risk System (SPRS) and National Institute of Standards and Technology (NIST) compliance. Key highlights include the requirement for a SPRS score of 110 in alignment with NIST SP 800-171, with the possibility of considering lower scores if accompanied by a Plan of Action and Milestones (POAM) showing a path towards compliance. The RFP specifies that both prime contractors and their subcontractors must comply with SPRS and related Department of Defense directives. The government clarifies its position on small business participation, asserting that the unrestricted solicitation permits both small and large businesses to bid without preferential treatment for small business-led teams. Additionally, the document addresses concerns about proprietary information in proposals, stipulating that even with the use of FedRAMP services, contractors must still adhere to SPRS requirement. The government emphasizes the importance of compliance documentation, the evaluation process for proposals, and the criteria for assessing fair pricing among contractors. Overall, the RFP aims to establish comprehensive evaluation measures for contractor proposals while ensuring compliance with security controls and promoting small business involvement in government contracts.
    The document outlines a solicitation for Women-Owned Small Businesses (WOSB) and provides instructions and requirements for submitting proposals in response to a Request for Proposal (RFP). The RFP number H9821025RE012 is part of a Full and Open Competition under the NAICS Code 541720. Key submission guidelines include the requirement to submit all proposals through the Procurement Integrated Enterprise Environment (PIEE), with a deadline set for June 16, 2025, for specific proposal elements and June 30, 2025, for remaining components. Interested parties must ensure they have active registrations in PIEE and can meet submission requirements without exceptions for technical difficulties. All inquiries regarding the RFP must be made before specified cut-off dates via provided email addresses. The document reinforces the government's intention to maintain the proposal timeline strictly, emphasizing the importance of adherence to submission protocols and deadlines. This solicitation seeks to promote entry for women-owned businesses in government contracting, reflecting federal initiatives to enhance diversity and inclusion in procurement processes.
    The document serves as an amendment to a solicitation for proposals from contractors as part of the Defense Human Resources Activity. It outlines changes and updates to the solicitation terms, including revised due dates for submitting proposals, adjustments in contract clauses, and additional requirements for technical submissions. The key components include updated proposal submission guidelines, a detailed explanation of evaluation metrics for contractor performance, and specific document requirements to assure compliance with governmental standards. The amendment stresses the importance of acknowledging receipt of the amendment by contractors and includes essential deadlines for proposal phases, along with detailed templates and guidelines for submissions. Moreover, it addresses the incorporation of Q&A sessions to clarify contractor queries, reiterates the need for cybersecurity compliance, and outlines the proposal structure into distinct volumes focusing on business and price, technical proposals, past performance, and small business participation. Overall, this document facilitates a structured approach to ensure competitive bidding for government contracts while maintaining regulatory compliance and operational integrity.
    The government document outlines an amendment to a Request for Proposal (RFP) regarding market research and survey services by the Defense Human Resources Activity. It extends the deadline for offers, outlines the process for acknowledging receipt of amendments, and specifies the submission guidelines through the Procurement Integrated Enterprise Environment (PIEE). The amendment includes revised instructions, technical requirements, and the structure for proposals, which must be submitted in four distinct volumes covering business and pricing, technical proposals, past performance, and small business participation. Key changes include updates to evaluation criteria, proposal formatting, and submission deadlines. The document emphasizes the importance of small business involvement, mandates adherence to strict formatting guidelines, and requires proposal submissions to meet specific performance requirements. Overall, it facilitates a competitive bidding process while ensuring compliance with federal regulations, thus ensuring effective delivery of services.
    This document serves as an amendment to the solicitation number H9821025RE012 for the Defense Human Resources Activity. The amendment extends the Phase II proposal due date from July 1 to July 8, 2025, while maintaining the overall terms and conditions of the original solicitation. It outlines various proposal requirements across multiple phases, emphasizing the need for submissions through the Procurement Integrated Enterprise Environment (PIEE) and specifying formatting and content guidelines for proposals. Key elements include detailed instructions related to the technical approach, past performance references, and small business participation commitment, underscoring the importance of cybersecurity compliance, with proposals evaluated based on their relevance and effectiveness in meeting the government's needs. The document specifies page limits for different sections, required certifications, and emphasizes the submission process, underlining the consequences of late submissions. The amendment notably aims to ensure that all parties involved understand their responsibilities and the procedures for submitting proposals effectively while highlighting the government's expectations for quality and compliance.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Biomedical Research Application Evaluation and Support Services (BRAES)
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking information regarding Biomedical Research Application Evaluation and Support Services (BRAES) as part of a market research initiative. The objective is to support the Congressionally Directed Medical Research Programs (CDMRP) by managing biomedical research funding, which includes a two-tier review process and the development of a Quality Control Plan. This opportunity is crucial for ensuring the integrity and efficiency of the application evaluation process, utilizing government-furnished systems for application processing and award management. Interested parties must submit their responses to the Request for Information (RFI) by 12:00 p.m. Eastern Time on December 15, 2025, to Ms. Deanna S. Moose at deanna.s.moose.civ@health.mil, adhering to the specified guidelines and page limits.
    Health Care Delivery Solutions (HCDS) Electronic Health Record Follow-on (MHS GENESIS)
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking industry input for the Health Care Delivery Solutions (HCDS) Electronic Health Record (EHR) Follow-on (MHS GENESIS) procurement. This initiative aims to modernize the DoD's healthcare management system by enhancing interoperability, optimizing patient care, and leveraging commercial technology advancements while ensuring efficient integration with the Department of Veterans Affairs (VA). The procurement process is critical for maintaining a robust electronic health record system that serves approximately 9.6 million beneficiaries and 194,000 users. Interested parties are encouraged to submit their responses to the Request for Information (RFI) by November 17, 2025, and can direct inquiries to Sonya Edom at sonya.m.edom.civ@health.mil or Gabriela Hurte at gabriela.y.hurte.civ@health.mil. The anticipated timeline includes a draft RFP in Q1 FY26 and contract awards by Q4 FY26.
    BROAD AGENCY ANNOUNCEMENT (BAA) for Extramural Biomedical and Human Performance Research and Development - HT9425-23-S-SOC1
    Dept Of Defense
    The Department of Defense, through the United States Special Operations Command (USSOCOM), is soliciting proposals for the Broad Agency Announcement (BAA) focused on Extramural Biomedical and Human Performance Research and Development, which will be open from August 1, 2023, to July 31, 2028. This initiative aims to enhance military medical capabilities by funding innovative research addressing critical areas such as trauma care, brain health, casualty management, and human performance optimization, with individual project budgets ranging from $700,000 to $5 million. The research funded under this BAA is intended to benefit both military and civilian medical practices, emphasizing the importance of applicable solutions for unique operational environments. Interested organizations, including non-profits and educational institutions, must submit a pre-proposal via the electronic Biomedical Research Application Portal (eBRAP) before being invited to submit a full proposal through Grants.gov, with a total annual funding budget of $10 million available for selected projects. For further inquiries, contact the CDMRP Help Desk at help@eBRAP.org or Jessee Chege at jessee.t.chege.civ@health.mil.
    BROAD AGENCY ANNOUNCEMENT (BAA) for Extramural Biomedical and Human Performance Research and Development - HT9425-23-S-SOC1
    Dept Of Defense
    Special Notice DEPT OF DEFENSE is seeking proposals for extramural biomedical research and development. This opportunity is issued by the DEFENSE HEALTH AGENCY (DHA) under the BROAD AGENCY ANNOUNCEMENT (BAA) HT9425-23-S-SOC1. The purpose of this BAA is to solicit research and development ideas to advance the state-of-the-art or increase knowledge in the field. The projects funded under this BAA should focus on basic and applied research rather than the development of specific systems or hardware solutions. The research and development funding is expected to benefit both military and civilian medical practice and knowledge. Interested parties must submit a pre-proposal through the electronic Biomedical Research Application Portal (eBRAP). If selected, the offeror will be invited to submit a full proposal or application through Grants.gov. The BAA is open for a 5-year period, from August 1, 2023, to July 31, 2028. The BAA with revised research areas of interest and General Submission Instructions can be found on Grants.gov using opportunity number HT9425-23-S-SOC1.
    Dengue Mathematical Model
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for a specialized mathematical model focused on dengue research. This procurement aims to enhance understanding and management of dengue through advanced research and development in the physical, engineering, and life sciences. The selected contractor will be responsible for delivering a comprehensive model that supports health-related research and applied studies, which are critical for public health initiatives. Interested parties can reach out to Joshua Dean at joshua.r.dean2.civ@health.mil or Patrick Harris at patrick.k.harris11.civ@health.mil for further details regarding this opportunity.
    RFI Peace Corps Strategic Recruiter Program
    Interior, Department Of The
    The Department of the Interior, on behalf of the Peace Corps, has issued a Request for Information (RFI) regarding its Strategic Recruiter Program, aimed at enhancing recruitment efforts by hiring Returned Peace Corps Volunteers (RPCVs) at universities. The RFI explores two options: Option A proposes a centralized contracting model where a single prime contractor would manage subcontracts with universities, while Option B seeks to maintain the current decentralized model with direct contracts between the Peace Corps and participating universities. Input is requested on the feasibility, organizational structures, cost implications, and adherence to program requirements for Option A, as well as interest and suggestions for Option B. Responses to the RFI are due by January 14, 2026, and interested parties can contact Heather Smith at heathersmith@ibc.doi.gov for further information.
    Strategic Environmental Research and Development Program Core Broad Agency Announcement
    Dept Of Defense
    The Department of Defense, through the Strategic Environmental Research and Development Program (SERDP), is inviting pre-proposals for research projects focused on Environmental Restoration, Resource Conservation and Resilience, and Weapons Systems and Platforms. This Broad Agency Announcement (BAA) aims to competitively fund innovative environmental research that enhances the DoD's environmental performance and addresses specific Statements of Need. The total funding available for selected projects is approximately $10 million, with pre-proposals due by 2:00 PM Eastern Time on January 13, 2026. Interested parties should submit their proposals via the SERDP website, and for further inquiries, they can contact Shannon Benson at 703-428-7407 or via email at Shannon.N.Benson@usace.army.mil.
    Airman Readiness Medical Research (ARMR) Hybrid Broad Agency Announcement (BAA)
    Dept Of Defense
    The Department of Defense, through the Air Force Research Laboratory, is soliciting proposals under the Airman Readiness Medical Research (ARMR) Hybrid Broad Agency Announcement (BAA) FA8650-20-S-6008, aimed at enhancing Airman health and performance through medical research. The initiative focuses on optimizing warfighter readiness by addressing various physiological and environmental factors affecting Airman performance, with eight specific research objectives including aeromedical evacuation and cognitive performance. This program represents a significant investment of approximately $480 million over a 72-month period, with awards ranging from $50,000 to $49 million, encouraging participation from all business types, including small businesses. Interested parties should submit white papers and proposals adhering to strict guidelines, with ongoing submissions accepted until April 30, 2026; for further inquiries, contact Nathaniel Baldwin at nathaniel.baldwin.1@us.af.mil or Ryan Mahoney at Ryan.Mahoney.9@us.af.mil.
    Defense Health Agency Data Governance Transforming the Data Landscape: A Strategic Imperative for Modern Healthcare in Support of Military Readiness
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking proposals from qualified small businesses to provide contractor support for advancing enterprise data readiness and governance within the Military Health System. The primary objectives include developing a comprehensive baseline data inventory, establishing a centralized metadata repository, conducting an Analysis of Alternatives for an enterprise data catalog, and implementing automated metadata harvesting tools to enhance data accessibility and usability. This initiative is crucial for improving decision-making and operational efficiency in military healthcare, with a total contract value of $34 million and a performance period from January 30, 2026, to January 29, 2027, with options for additional 12-month periods. Interested parties should direct inquiries to Linda M. Walker or Andrea V. Rivas via email, and proposals must be submitted electronically by January 9, 2026.
    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.