Request for Proposal - Materiel Fielding and Medical Liaison Support Services
ID: RFP_SMD_FIieldingType: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG NATICKNATICK, MA, 01760-5011, USA

NAICS

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

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)

Set Aside

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

    The Department of Defense, specifically the U.S. Army's ACC-APG Natick Division, is soliciting proposals for Materiel Fielding and Medical Liaison Support Services under Request for Proposal W911QY-25-R-A001. The objective of this procurement is to enhance medical material readiness for the Army through effective logistics support, program management, and medical liaison services, primarily at Fort Detrick and other military locations. This initiative is crucial for maintaining operational readiness and ensuring efficient medical logistics within the military framework. Interested small businesses must submit their proposals, including past performance information, by the specified solicitation due date, with a total contract value estimated at $20 million. For further inquiries, potential offerors can contact Patrick Wallace at patrick.j.wallace3.civ@army.mil or Trisha Scott at trisha.r.scott.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for Materiel Fielding and Medical Liaison Support Services under the Program Executive Office Soldier (PEOS) and Project Manager Soldier Medical Devices (PM SMD). Its primary objective is to enhance medical material readiness for the U.S. Army through efficient procurement, assembly, distribution, and support for medical equipment and supplies. The PWS details the necessary contractor support tasks, including program management, logistics analysis, transportation coordination, and medical liaison services, primarily performed at Fort Detrick and other military locations. This requirement emphasizes non-personal services and includes extensive personnel management responsibilities with measures for organizational conflict of interest (OCI) mitigation. The contractor is responsible for providing key personnel and detailed plans for effective operations, periodic progress reporting, and ensuring compliance with federal regulations. Major deliverables include monthly progress reports, logistical assistance work reports, and transition plans for both incoming and outgoing contract phases, assuring continuity in medical support services. Overall, this initiative is aimed at maintaining operational readiness and efficient medical logistics within the military structure.
    The document outlines the Organizational Conflict of Interest (OCI) Certification for the U.S. Army's Program Executive Office Soldier, Soldier Medical Devices (PEOS, SMD), specifically for Solicitation W911QY-25-R-A001. It classifies requirements into three categories to identify and mitigate OCIs: (1) Internal Support, (2) Program and/or Administrative Support, and (3) Product Support. The contract in focus is determined to fall under Product Support. The intent is to inform contractors of OCI risks, assisting them in strategizing their participation in contracts while ensuring competitive opportunities align with federal regulations outlined in FAR Subpart 9.5. Contractors must disclose all relevant prior contracts and conduct a comparative analysis if they wish to participate in multiple categories. They are also required to submit an OCI Mitigation Plan if needed. Additionally, the contractor must certify its OCI status and ensure subcontractors are similarly compliant. This document reinforces the importance of impartiality and non-disclosure to protect government interests in contracting processes.
    The document outlines a contract proposal for services related to Materiel Fielding over a series of option periods from July 2025 to July 2030. It includes detailed position descriptions, labor categories, and estimated full-time equivalent (FTE) hours for various roles, highlighting the need for a Program Manager, Management Analysts, and multiple Logistics Analysts, primarily stationed at various military locations and Frederick, MD. Each base period and option period spans 12 months, with total estimated hours summing to 460,600 across all periods. Key personnel, indicated by asterisks, will be subject to specific hiring agreements and wage determinations as per the Service Contract Act. This proposal is essential for the allocation of resources and ensuring adequate support for logistics and analytical functions within military operations, reflecting government's commitment to efficient project management and resource allocation.
    The PEOS, PM SMD Contractor Non-Disclosure Agreement establishes the obligations of employees and subcontractors regarding the handling of sensitive and proprietary information obtained through their work with the Program Executive Office – Soldier, specifically in the Soldier Medical Devices sector. Signatories must protect sensitive data, such as cost/pricing information, technical proposals, and trade secrets, agreeing not to disclose this information except to authorized personnel involved in the contract. The document stresses the importance of safeguarding classified information, especially under conditions related to security clearances. Obligations persist indefinitely, regardless of employment status, and the agreement outlines circumstances under which disclosure is permissible. A security clearance is mandatory for access to classified information. The potential legal repercussions for unauthorized disclosure, including court action and liability for costs, emphasize the seriousness of this agreement within the framework of government contracting. This NDA reflects regulatory compliance required among government contractors dealing with sensitive information in the context of federal RFPs and grants, ensuring national interests and individual privacy rights are upheld.
    The provided document appears to be an error message related to the inability to display a PDF file. It suggests upgrading to the latest version of Adobe Reader for compatibility. The document does not contain substantive content regarding federal government RFPs, federal grants, or state and local RFPs. As such, there are no main topics, key ideas, or details to summarize. The lack of accessible content prevents any analysis of specific government initiatives or proposals typically outlined in such documents. Overall, no information is available to capture or condense, as the file fails to render properly.
    The document provides instructions for accessing a specific file related to federal government RFPs, federal grants, and state/local RFPs. It informs users that they may encounter display issues if their PDF viewer is outdated and offers guidance on upgrading to the latest version of Adobe Reader for optimal functionality. It includes links for downloading Adobe Reader and seeking additional assistance. The document emphasizes the importance of using compatible software to ensure that users can view the contents without technical difficulties. Overall, it serves a technical advisory purpose to facilitate proper access to pertinent federal and state grant documentation, aiming to streamline the user experience for individuals engaging with government procurement processes.
    The Quality Assurance Surveillance Plan (QASP) outlines the framework for monitoring contractor performance in providing materiel fielding and medical liaison support services. Its purpose is to ensure that services rendered by the contractor meet the established performance standards within the contract, following Federal Acquisition Regulation guidelines. The QASP details what will be monitored, how monitoring will occur, who will be responsible for it, and documentation processes. Key personnel involved include the Program/Project Manager, Contracting Officer, and Contracting Officer's Representative (COR), with defined roles and responsibilities. Performance requirements are articulated through a Surveillance Matrix, specifying standards and acceptable quality levels for contractor activities. Monitoring is structured around continuous oversight, including monthly reports and performance assessments using a set of evaluation criteria. A framework for documenting both acceptable and unacceptable performance, including procedures like the issuance of a Contract Discrepancy Report when issues arise, is integral. The document is designed to promote effective communication and early resolution of performance issues to ensure mission effectiveness, allowing for adjustments in surveillance as needed based on contractor performance. This QASP is a vital tool for maintaining governmental accountability and contract compliance, aiming to optimize service delivery to meet mission objectives.
    The document appears to be an incomplete or malfunctioning message regarding the inability to display the contents of a PDF file, encouraging users to download the latest version of Adobe Reader or seek help from Adobe’s support resources. It includes general information about trademarks associated with Microsoft, Apple, and Linux. There are no identifiable details, proposals, grants, or RFPs present in this text, making it impossible to outline any significant topics, key ideas, or details related to federal RFPs, grants, or state/local initiatives. The message's primary purpose is to address technical issues rather than provide substantive content relevant to government processes or documentation.
    The government document outlines a request for proposals (RFP) for a fiscal grant aimed at enhancing public transportation services in underserved communities. Key objectives include improving accessibility, increasing ridership, and promoting environmentally friendly practices. The RFP stipulates that interested organizations must demonstrate their capacity to implement innovative solutions tailored to local needs, leveraging data-driven methods for evaluation. Budgets must align with federal funding limits, and projects should focus on sustainable practices and community engagement. Additionally, successful proposals will be evaluated based on collaboration with local stakeholders, addressing social equity issues, and providing comprehensive outreach plans. This initiative embodies the government’s commitment to fostering inclusive infrastructure development while promoting environmental sustainability. Overall, the document calls for transformative proposals that not only address immediate transportation needs but also contribute to long-term development goals in targeted areas, reflecting strategic priorities in federal and local transportation policies.
    The document outlines a federal Request for Proposals (RFP) related to "Baseline Support" and "Surge Support," detailing labor categories, direct labor hours, and associated costs. The RFP emphasizes the personnel required, including roles such as Program Manager, Management Analyst, Logistics Analysts, and Administrative Assistants, along with their respective hours and proposed location, primarily focusing on sites like Ft. Detrick and various contractor sites. The total estimated cost for direct labor over the specified years is approximately $2,634,000, with designated travel costs and other direct costs included. The structure indicates a clear delineation of labor requirements and total costs for baseline and surge support, categorized by fiscal years with projections for future expenses. The document serves governmental needs by providing a comprehensive breakdown of personnel and resource allocation required for project execution, ensuring clarity for contractors bidding to fulfill these roles. Overall, the summary signifies planning for operational needs across different military installations while adhering to federal procurement protocols.
    The U.S. Army ACC-APG Natick Division is conducting a competitive source selection for Request for Proposal (RFP) W911QY-25-R-A001. Offerors are required to submit their past performance information in relation to federal, state, or local contracts, aligned with NAICS 541614. The file includes a Performance Assessment Questionnaire, which the designated point of contact must complete with detailed responses regarding the offeror's compliance, project management effectiveness, timeliness, cost control, and customer satisfaction. Each response must contain rationale and the questionnaire must be returned to the Contracting Officer, Trisha Scott. Rating definitions range from "Substantial Confidence" to "No Confidence," indicating the quality of past performances. This assessment is vital for the evaluation process in awarding federal contracts and signifies the importance of evidence-based evaluations in government procurement.
    The provided document is a Contract Data Requirements List (CDRL) detailing the submission requirements for various data items associated with a government contract. Each data item, numbered A001 to A021, outlines specific documentation needs, submission timelines, and responsible parties following contract award. The principal focus is on organizational conflict of interest mitigation plans, progress reports, management plans, and compliance with federal regulations. Notable deliverables include a Monthly Progress Report due within 30 days post-award, a Kickoff Meeting, transition and program management plans due 14 days after award, and several report types such as the Fielding Support Planning Workload Report and Transportation Discrepancy Report, each with distinct submission frequencies ranging from daily to monthly. The document emphasizes the necessity for accountability and transparency in contract execution and ensures contractors align with prescribed time frames for reporting deliverables. Overall, this CDRL serves to guide the management of contractor activities in compliance with statutory and regulatory frameworks, critical in the context of federal RFPs.
    The Women-Owned Small Business (WOSB) procurement file outlines a federal solicitation for a contract aimed at providing Commercial Products and Services. The document contains essential contract details such as the requisition number, contractor identification, and solicitation information, emphasizing the requirement for women-owned small businesses to participate. It is structured into sections detailing the supplies or services required, including labor, travel, and direct costs across multiple option years. The total award amount is $20,000,000, indicating significant funds earmarked for the project's execution. The program focuses on Soldier Medical Devices, ensuring optimal healthcare and medical readiness within the Army. The contractor will be mandated to adhere to strict performance standards and accept responsibility for inspection and acceptance processes, primarily taking place at designated facilities in Fort Detrick, MD. Various FAR clauses address compliance and ethical practices relevant to the contracting process, underscoring the government's commitment to transparency and accountability. Overall, this solicitation reaffirms the federal commitment to supporting women-owned businesses while fulfilling critical military functions.
    Lifecycle
    Similar Opportunities
    Request for Proposal - Materiel Fielding and Medical Liaison Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Materiel Fielding and Medical Liaison Support Services through a Request for Proposal (RFP) designated as W911QY-25-R-A001. The primary objective of this procurement is to enhance Army healthcare readiness by providing essential medical support services, including program management, logistics analysis, and medical liaison support, primarily at Fort Detrick, MD, with additional locations as necessary. This contract, valued at approximately $20 million, is set aside for small businesses and spans multiple years, with a base period from July 2025 to July 2026 and options for extension. Interested contractors should direct inquiries to Patrick Wallace at patrick.j.wallace3.civ@army.mil or Trisha Scott at trisha.r.scott.civ@army.mil, and must respond by the specified solicitation due date.
    Mobile Medical Capability Demonstration
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking responses for a Mobile Medical Capability Demonstration scheduled for May 21, 2025, at Fort Detrick, Maryland. This initiative aims to assess commercial technologies that can enhance military medical services in field operations, focusing on solutions that facilitate rapid deployment and operational efficiency in medical treatment facilities. The demonstration will highlight technologies such as triage and surgical systems, adaptable shelter systems, and capabilities for extreme temperature operations, ultimately supporting the Army's future medical operations and improving soldier readiness. Interested vendors must submit detailed product information by March 24, 2025, and can contact Sean G. Auld at sean.g.auld.civ@army.mil or Ethan Seal at ethan.p.seal.civ@army.mil for further inquiries.
    ACC-APG Natick Division FY25 Upcoming Aquisitions
    Buyer not available
    The Department of Defense, through the ACC-APG Natick Division, is announcing upcoming acquisitions for Fiscal Year 2025, aimed at enhancing capabilities related to chemical, biological, radiological, and nuclear defense. The procurement includes a variety of requirements such as the purchase of a CISCO AMP firepower system, professional services, peptide synthesizers, and HVAC maintenance, with contract values ranging from $110,032 to $49,201,610. These acquisitions are crucial for supporting the Joint Program Executive Office for Chemical, Biological, Radiological, and Nuclear Defense (JPEO CBRND) in its mission to ensure national security. Interested contractors can reach out to the Natick Division at usarmy.natick.acc-micc.mbx.ncd-internal-tasker@army.mil for further details, as the tentative award dates are set for early 2025.
    Miniaturized Large Volume Infusion System
    Buyer not available
    The Department of Defense, through the Army Medical Research Acquisition Activity, is seeking information from vendors regarding a Miniaturized Large Volume Infusion System as part of a Request for Information (RFI) numbered HT9425-25-RFI-MMCIP. The system must meet specific requirements, including the capability to deliver multiple fluids and medications simultaneously, compact size and weight restrictions, and compliance with FDA approvals, while also being suitable for both military and civilian applications. This initiative is crucial for enhancing patient care in military settings, particularly in austere environments, and aims to refine procurement requirements based on industry feedback. Interested vendors should submit their detailed responses by March 28, 2025, and can contact Katherine Ramsburg at katherine.j.ramsburg.civ@health.mil or 301-619-2651 for further information.
    Reference Laboratory Testing Services for the Landstuhl Regional Medical Center (LRMC), Germany
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for Clinical Reference Laboratory Testing Services for the Landstuhl Regional Medical Center (LRMC) in Germany. The contract, identified by Solicitation Number W9114F25QA019, will cover a range of laboratory tests required from May 1, 2025, through April 30, 2026, with a focus on compliance with College of American Pathologists (CAP) standards and timely reporting of results within 72 hours. This procurement is crucial for maintaining healthcare service standards for military personnel, ensuring accurate and efficient laboratory testing. Interested contractors must submit their proposals, including pricing details and compliance with federal regulations, to the primary contact, Henning Mayer-Goldstein, at henningfalk.mayer-goldstein.ln@health.mil by the specified deadlines.
    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.
    5-Year UTARNG Lab Services Blanket Purchase Agreement (BPA)
    Buyer not available
    The Department of Defense, through the Utah Army National Guard (UTARNG), is seeking qualified small businesses to establish a 5-Year Blanket Purchase Agreement (BPA) for medical testing and laboratory services. The contractor will be responsible for providing a range of laboratory tests, including blood and urine analyses, metabolic panels, and immunology assays, with a total anticipated award amount of $41.5 million aimed at enhancing medical readiness for military personnel. This procurement is critical for ensuring timely and high-quality medical services that support the health of personnel, reflecting federal priorities for health readiness and small business participation. Interested parties can contact William T. Brown at william.t.brown68.civ@army.mil or by phone at 801-432-4273 for further details.
    ACC-APG Division D Competitive/Fair Opportunity Industry Update
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground (ACC-APG), is issuing a special notice regarding competitive contracting opportunities within Division D. The procurement aims to engage contractors for various projects, including Information Technology Support Services, environmental remediation, and soldier protection systems, which are critical for enhancing operational efficiency and compliance with federal standards. These opportunities reflect the Army's ongoing commitment to modernization and readiness, with contract values ranging from under $10 million to over $350 million, and anticipated solicitation release dates primarily projected for late 2024 to early 2025. Interested parties can reach out to Kimberly A. McCarthy at kimberly.a.mccarthy14.civ@army.mil or Robin P. Donovan at robin.p.donovan.civ@army.mil for further information.
    Cardiac Monitor / Defibrillator
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of cardiac monitors and defibrillators through a combined synopsis/solicitation. This acquisition is set aside for small businesses under the SBA guidelines, and it falls under the NAICS code 334510, which pertains to electromedical and electrotherapeutic apparatus manufacturing. The equipment is critical for medical emergencies and is typically used in various military and healthcare settings to ensure rapid response to cardiac events. Interested vendors should reach out to Matthew Haight at matthew.r.haight2.civ@army.mil or call 703-805-2242, or contact Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details.
    ACC-APG Competitive Opportunities: Edgewood Contracting Division February 2025 update
    Buyer not available
    The Department of Defense, through the ACC-APG Edgewood Contracting Division, is announcing upcoming competitive opportunities related to chemical and biological defense technologies, with updates expected in February 2025. The procurement will focus on initiatives from the Joint Product Executive Office for Chemical, Biological, Radiological, Nuclear Defense (JPEO CBRND), including projects such as Colorimetric Indicator Detection Technologies and Tactical Water Purification Systems, alongside public affairs and program support services. These efforts are crucial for enhancing the U.S. military's capabilities in addressing chemical and biological threats, while also fostering collaboration with industry and academia through technology transfer agreements. Interested vendors should refer to the provided documents for specific guidelines, anticipated contract values ranging from $250,000 to over $100 million, and upcoming deadlines, including an Industry Day scheduled for June 2025 at Aberdeen Proving Ground.