G1 - Non Clinical Case Management Services
ID: W912L3-25-R-A002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N9 USPFO ACTIVITY WY ARNGCHEYENNE, WY, 82009-3338, USA

NAICS

Office Administrative Services (561110)

PSC

MEDICAL APPOINTING SERVICES (Q801)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Non-Clinical Case Management Services to support the Wyoming Army National Guard under contract W912L325RA002. The primary objective of this procurement is to enhance medical readiness by managing and tracking Soldier Treatment Records and various electronic health systems, ensuring compliance with established medical readiness goals. This contract, valued at $12,500,000, is set to commence on April 1, 2025, and run through March 31, 2026, with options for extension. Interested parties should direct inquiries to Benjamin Taylor or Chelby Rush via the provided email addresses and adhere to the proposal submission guidelines outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for Non-Clinical Case Management Services for the Wyoming Army National Guard (WYARNG) as part of Solicitation #: W912L325RA002. The primary objective is to ensure medical readiness, aiming for specific medical readiness goals (MRC3 <8% and MRC4 <2%) through effective administrative management. Services include managing, tracking, and updating Soldier Treatment Records (STR) and various electronic health systems like MHS-Genesis and MODS. The period of performance is set for one year (April 1, 2025 - March 31, 2026), with the potential for extension. The contractor must maintain a sufficient workforce, accommodate unique work schedules, and adhere to quality control measures. Specific tasks include data entry, case management, compliance with security and training requirements, and attending quality assurance evaluations. The document's structure encompasses sections detailing general information, definitions, responsibilities for government-furnished property, and contractor obligations, culminating in technical exhibits summarizing performance requirements and deliverables. This PWS exemplifies a government RFP focused on enhancing health administration within military operations by streamlining medical readiness processes.
    The document outlines various federal requests for proposals (RFPs) and grant opportunities, as well as state and local RFP processes. It serves to inform potential applicants about funding available for a range of projects, emphasizing the importance of adhering to specific guidelines and requirements established by different governmental levels. Central themes include the necessity for detailed proposals that align with federal and local priorities, the competitive nature of the funding process, and the focus on compliance with regulatory standards. The document highlights how successfully navigating these processes can lead to financial support for projects across various sectors, enhancing community development, infrastructure improvements, and public services. As such, it serves as a vital resource for organizations seeking to leverage government funding opportunities effectively.
    The document outlines a Request for Proposal (RFP) for Non-Clinical Case Management Services, detailing the periods of performance and associated costs for both the base year and subsequent option years. The project is set to commence on April 1, 2025, and span through March 31, 2027, with an additional 6-month extension period until September 30, 2027, if exercised. Cost estimates for different service components, including labor, IT support, overhead, and travel, are systematically categorized but not filled in, indicating that detailed budgetary figures are yet to be determined. The structure is organized into three main sections corresponding to the base year, option year 1, and the 6-month extension, each accompanied by a breakdown of cost elements, although specific amounts remain unspecified. The document is classified as information sensitive and for official use only, emphasizing the need for confidentiality. The purpose of this RFP is to solicit proposals for necessary case management services, likely to support federal agencies or programs aimed at managing non-clinical cases efficiently. Overall, the file serves as a formal mechanism for initiating the procurement process for these essential services.
    The government file outlines proposal preparation instructions for a Request for Proposal (RFP) related to non-clinical case management services (W912L3-25-R-A002). Key timelines include deadlines for Requests for Information (RFI) and proposals, all due via email to designated contacts. Proposals must comprise three parts: Part I focuses on price, requiring a completed schedule with acknowledgment of amendments; Part II is a technical proposal limited to 20 pages, detailing quality control plans, methodology, and key personnel; Part III pertains to past performance, allowing citations of up to two relevant contracts, emphasizing customer satisfaction and corrective actions for past issues. The document mandates adherence to specified formats, page limits, and responsive submissions to ensure evaluation eligibility. This comprehensive guide serves to assist offerors in submitting structured proposals that meet government standards, maintaining fairness in the contracting process.
    The document is a Past Performance Questionnaire (PPQ) related to a Request for Proposal (RFP) under federal government guidelines. Its primary purpose is to collect detailed information on previous project performance from contractors seeking either prime, subcontractor, or joint venture roles. Key sections include project identification, contract types, current statuses, financial details, and problems encountered during execution. The questionnaire also requests the identification of personnel involved in the project and any safety incidents that occurred. Specific inquiries address project completion dates, changes in contract pricing, and solutions for issues faced, ensuring thorough assessments of contractor capabilities and reliability. Contractors are encouraged to provide letters of appreciation related to the project, enhancing their reputational value. This structured approach is designed to evaluate a contractor's historical performance, underpinning the decision-making process for government contract awards and compliance with federal standards for service delivery.
    This document outlines the evaluation criteria for the Federal Request for Proposals (RFP) for Non-Clinical Case Management Services under contract W912L3-25-R-A002. The assessment will prioritize past performance history over price in determining the best value for the government. Offers will first be ranked by price, followed by a technical evaluation of the five lowest-priced proposals, which will include assessments of quality control plans, work methodologies, and qualifications of key personnel. Performance confidence will be gauged through independent questionnaires and analysis of relevant experience over the past five years, categorizing performance into relevant, somewhat relevant, or not relevant based on similarities to the RFP requirements. Overall performance will be rated from 'Substantial Confidence' to 'Unknown Confidence.' If the lowest-priced offer is deemed to have a 'Substantial Confidence' rating, it may be awarded without further evaluations. The document also stresses the importance of comprehensive proposals while reserving the right for the government to engage in discussions or clarifications if necessary. This RFP emphasizes the need for transparency and thoroughness in proposal submissions, aligned with best practices in government contracting.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract for commercial products and services, particularly focusing on Non-Clinical Case Management Services for the Wyoming Army National Guard. The contract, referenced as W912L325RA002, has an award amount of USD 12,500,000.00, with the service period running from April 1, 2025, to March 31, 2026, and options to extend services into subsequent years. The contractor is responsible for all operational costs and must deliver specified services in accordance with the attached Performance Work Statement (PWS). The document incorporates Federal Acquisition Regulation (FAR) clauses that mandate compliance with various statutes, including non-discrimination policies and payment terms for small businesses. Detailed contracting clauses and instructions for submission of bids and inquiries are included. The structure of the document consists of requisition details, service schedules, pricing arrangements, and other compliance requirements. Overall, the RFP underscores the government's commitment to supporting small and minority-owned businesses while ensuring high-quality service provision in compliance with federal standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Military Recruiting Expert Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Military Recruiting Expert Services to support the Wyoming Army National Guard. The contractor will be responsible for providing training services aimed at enhancing the effectiveness of recruiters and command teams through on-site training and virtual sessions, as outlined in the Performance Work Statement (PWS). This contract, valued at $12 million, is crucial for improving military recruitment efforts and is set for a base year from April 1, 2025, to March 31, 2026. Interested small businesses must submit their proposals by March 5, 2025, and can direct inquiries to Benjamin Taylor at benjamin.c.taylor10.mil@army.mil or Chelby Rush at CHELBY.K.RUSH.MIL@ARMY.MIL.
    Remote Health Readiness Program 4 (RHRP-4)
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the Remote Health Readiness Program 4 (RHRP-4), which aims to provide comprehensive medical and dental readiness services to military personnel, including both active duty and reserve components. The contract, valued at up to $1.61 billion, will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) contract over a ten-year period, encompassing a transition phase followed by a base period and nine optional years of performance. This initiative is crucial for maintaining the health and operational readiness of service members, ensuring they receive necessary assessments and treatments across various modalities, including in-clinic and virtual care. Interested contractors should contact Nakaura C. Yusuf at nakaura.c.yusuf.civ@health.mil or call 703-681-5821 for further details regarding the solicitation process.
    Construct VM/AGE Complex
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a Vehicle Maintenance/Aerospace Ground Equipment (VM/AGE) Complex at the Wyoming Air National Guard in Cheyenne, Wyoming. This project aims to establish a 30,300 square-foot facility designed for vehicle maintenance and aircraft support, with a budget estimated between $10 million and $25 million. The construction is critical for enhancing military maintenance capabilities and ensuring compliance with federal safety and operational standards. Interested small businesses must submit their proposals by March 3, 2025, and can direct inquiries to Christopher Davalos at christopher.davalos.1@us.af.mil or by phone at 307-772-6887.
    Contracting and Acquisition Support Services (CASS) - Request for Proposals (RFP)
    Buyer not available
    The Defense Health Agency (DHA) is seeking proposals for Contracting and Acquisition Support Services (CASS) through a Request for Proposals (RFP). This procurement aims to establish a single-award indefinite-delivery indefinite-quantity (IDIQ) contract valued at up to $225 million, intended to enhance operational efficiency and ensure mission success by streamlining the contracting process. The contract will run from February 15, 2025, to February 14, 2030, and is set aside for small businesses under FAR 19.5. Interested parties can contact Pamela Bryerton at pamela.j.bryerton.civ@health.mil or Stephani Preusser at stephani.n.preusser.civ@health.mil for further information.
    Grounds Maintenance Services at KS104 Dodge City, KS
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide grounds maintenance services at the Army Reserve facility KS104 located in Dodge City, Kansas. The contract encompasses a range of services including lawn maintenance, aeration, fertilization, weed control, and seasonal clean-up, with a focus on maintaining the aesthetics and functionality of the facility's outdoor areas. This procurement is critical for ensuring the upkeep of government properties and compliance with federal standards, reflecting the importance of maintaining a professional appearance for Army installations. The total contract value is estimated at $9,500,000, covering a base period from April 1, 2025, to March 31, 2026, with four optional renewal periods. Interested parties should contact Michael Maggio at michael.a.maggio3.civ@army.mil for further details and to ensure compliance with the submission timelines.
    Integrated Design Build Initial Outfitting (iDBIO) Multiple Award Task Order (MATOC) 6.0 Design Build (DB) Construction in Support of Defense Health Agency (DHA)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Little Rock District, is seeking qualified contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on Integrated Design-Build Initial Outfitting (iDBIO) construction services in support of the Defense Health Agency's (DHA) healthcare facilities modernization program. This initiative aims to renovate and construct healthcare facilities, including hospitals and clinics, with an estimated contract value of $2.5 billion over seven years, encompassing task orders ranging from $2 million to $90 million. The government encourages participation from small businesses, including those classified as 8(a), HUBZone, Women-Owned Small Businesses, and Service-Disabled Veteran-Owned Small Businesses, to ensure adequate competition. Interested contractors must register in the System for Award Management (SAM) and submit their capabilities by March 4, 2025, with the official solicitation expected to be issued around December 2025. For further inquiries, contact Terry Shaw at terry.l.shaw@usace.army.mil or Marcus D. Mitchell at marcus.d.mitchell@usace.army.mil.
    Financial Improvement & Audit Remediation (FIAR) and Audit Support Services
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for Financial Improvement & Audit Remediation (FIAR) and Audit Support Services. The objective of this procurement is to enhance audit readiness, improve internal controls, and standardize financial processes within the Military Health System, ensuring compliance with federal guidelines. This initiative is critical for maintaining financial integrity and operational excellence in military health facilities, with the contract structured as a non-personal services agreement spanning a base year and four optional extension years. Interested vendors should contact Tanzania Robinson at tanzania.m.robinson.civ@health.mil or Carlos Sikaffy at carlos.a.sikaffy.civ@health.mil for further details, with proposals due by February 28, 2025.
    Role Players with Moulage and Real World Medical Svcs - Amendment 01
    Buyer not available
    The Department of Defense, through the Colorado Army National Guard, is soliciting quotes for the provision of role players with moulage and real-world medical services under solicitation W912LC-25-Q-0025. The procurement aims to secure 40 role players and advanced medical simulation tools to support training exercises at Buckley Space Force Base from March 18 to June 18, 2025, ensuring realistic scenarios for medical triage and emergency response evaluation. This initiative is crucial for enhancing the preparedness of emergency response teams and ensuring compliance with safety and operational standards. Interested small businesses must submit their quotes electronically by March 7, 2025, and are required to be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Carlos A. Castillo at carlos.a.castillo8.civ@army.mil or 720-250-4033.
    Service Maintenance for the Government-owned ENT Fusion Navigation System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is planning to award a sole source contract to Medtronic USA, Inc. for service maintenance and repair of the Government-owned ENT Fusion Navigation System located at Evans Army Community Hospital in Ft Carson, Colorado. This procurement aims to ensure the continued operational readiness of critical medical equipment essential for ENT procedures. The contract will be a Firm-Fixed-Price type, with an expected award date by May 25, 2025, and is classified under NAICS code 811210, which pertains to Electronic and Precision Equipment Maintenance, with a size standard of $34 million. Interested parties may submit capability statements or proposals for consideration, and should direct inquiries to Lornia Villalobos at lornia.j.villalobos.civ@health.mil or Christopher Gregory at christopher.a.gregory11.civ@health.mil.
    ATC Operations and Maintenance Support Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the ATC Operations and Maintenance Support Contract, aimed at providing Air Traffic Control and Weather Observation Services for the National Guard Bureau across multiple locations. The contractor will be responsible for ensuring compliance with United States Air Force and FAA standards, maintaining operational readiness, and delivering quality control and oversight for Air Traffic Control & Landing Systems (ATCALS) at six Air National Guard bases. This contract, valued at approximately $40 million, is critical for enhancing safety and operational efficiency in military air traffic management. Proposals are due by March 4, 2025, with inquiries directed to Mr. Dan Hobbs at the National Guard Bureau.