Army Intelligence Security Command (INSCOM) Behavioral Health Support Services
ID: W81K0426RTIFFType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M USA HCAJBSA FT SAM HOUSTON, TX, 78234-5074, USA

NAICS

Offices of Mental Health Practitioners (except Physicians) (621330)

PSC

MEDICAL- PSYCHIATRY (Q519)

Set Aside

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

    The Department of Defense is seeking qualified small businesses to provide Behavioral Health Support Services for the Army Intelligence Security Command (INSCOM). The procurement aims to secure 28 full-time equivalents (FTEs) in various roles, including psychologists, nurses, and health specialists, to deliver comprehensive behavioral health services at Fort Belvoir, Virginia, and other locations, including OCONUS sites in Germany and Italy. This initiative is crucial for addressing the unique psychological challenges faced by military personnel, particularly in ensuring access to care outside of duty hours. Interested parties must submit their responses, including a Market Research Questionnaire and Experience Reporting Form, to Ms. Tiffany Waits at tiffany.r.waits.civ@health.mil by June 3, 2025, at 2:00 PM (CST).

    Files
    Title
    Posted
    The document outlines a Performance Work Statement (PWS) for a personal services contract to provide behavioral health support services for the Army Intelligence Security Command (INSCOM). It specifies a need for 28 full-time equivalents (FTEs) across various roles, including psychologists, nurses, and health specialists, at locations ranging from Fort Belvoir, VA, to OCONUS sites like Germany and Italy. The PWS emphasizes the importance of delivering comprehensive behavioral health services to address unique challenges faced by INSCOM personnel, including limited access to care outside of duty hours. The document delineates responsibilities related to professional credentials, liability, and the contractor's relationship with the government. It highlights essential training and compliance requirements, security protocols, and communication channels for contractor personnel. Additionally, provisions regarding travel, employee conduct, and the handling of sensitive information are included, underscoring the necessity for a professional and responsive service delivery. This initiative reflects the government's commitment to enhancing the psychological well-being of military personnel and their families, emphasizing proactive and preventative health measures within INSCOM.
    Lifecycle
    Similar Opportunities
    Q201 - Behavioral Health Services for Clinicians
    Buyer not available
    The Department of Veterans Affairs, through the Great Lakes Acquisition Center (GLAC), is preparing to issue Solicitation 36C25226Q0080 for Behavioral Health Services for Clinicians, aimed at supporting approximately 20,415 employees across all VISN 12 facilities. This procurement will involve a firm fixed price contract with a base period and four option years, focusing on delivering essential behavioral healthcare services. The solicitation is expected to be released around December 3, 2025, with a response deadline set for December 15, 2025. Interested parties can direct inquiries to Richard Ruffin at richard.ruffin@va.gov, noting that no telephone inquiries will be accepted.
    HUMAN PERFORMANCE OPTIMIZATION SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for Human Performance Optimization services at Ramstein Air Base and Vilseck, Germany. The procurement requires the provision of two certified strength and conditioning specialists (CSCS) and two licensed clinical social workers (LCSW) to enhance the health and performance of military personnel. This initiative is critical for maintaining the well-being and operational readiness of service members, with an anticipated contract period from June 17, 2026, to June 16, 2031, under a five-year Indefinite Delivery Indefinite Quantity (IDIQ) framework. Interested firms must submit their company information and capability statements to the 700th Contracting Office by 5:00 PM CEST on December 12, 2025, with inquiries directed to TSgt Carleen Clinger at carleen.clinger@us.af.mil or by phone at DSN 314-489-6124.
    IM&T Program, Project, Data Management, Business Intelligence Support Services and Software Development & Sustainment Indefinite Delivery/Indefinite Quantity (IM&T IDIQ)
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Information Management and Technology (IM&T) support services. The contract will focus on three primary areas: Program and Project Management, Software Development and Sustainment, and Data Management and Business Intelligence, aimed at modernizing digital infrastructure and business systems to enhance global Security Cooperation efforts. This initiative is critical for managing IT initiatives, developing software, integrating systems, and providing advanced analytics to support mission-driven decision-making. Interested firms must submit capability statements by December 31, 2025, at 1:00 PM EDT, via email to the primary contact, Darrell Joy, at darrell.l.joy2.civ@mail.mil, or the secondary contact, Anaya Porter, at anaya.a.porter.civ@mail.mil.
    U.S. Army Intelligence and Security Command ( INSCOM) Combined Joint Task Force-Operation Inherent Resolve (CJTF-OIR) Intelligence Support Services Contract (CISSC)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Intelligence and Security Command (INSCOM), is seeking contractors to provide Intelligence Support Services for the Combined Joint Task Force-Operation Inherent Resolve (CJTF-OIR). The contractor will be responsible for supplying personnel, supervision, equipment, and other necessary resources to ensure uninterrupted intelligence and security support services in the Combined Joint Operating Area (CJOA), as outlined in the Performance Work Statement (PWS). This contract is critical for maintaining operational effectiveness in the region, emphasizing the importance of reliable intelligence support in military operations. Interested parties can reach out to Brent Vergauwen at brent.k.vergauwen.civ@army.mil or call 571-588-9274 for further details regarding this opportunity.
    Workforce 3.0 - Managed Solution, Defense Healthcare Management Systems (WF3)
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to award a noncompetitive task order under the Workforce 3.0 contract to the Boston Consulting Group, Federal, as part of the follow-on to the successful completion of the Design-to-Outcome Task Order. This procurement aims to provide managed solutions in support of defense healthcare management systems, emphasizing the importance of professional support services in enhancing healthcare delivery for military personnel. Interested parties can reach out to primary contact Sonya Edom at sonya.m.edom.civ@health.mil or secondary contact JR Oliver at j.r.oliver.civ@health.mil for further details regarding this opportunity.
    FY26-28 A45 Psychological fit for duty exam
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service (USMS), is soliciting proposals for psychological fit-for-duty evaluations for incumbent Deputy U.S. Marshals (DUSMs) for the fiscal years 2026 to 2028. The contractor will be responsible for conducting structured clinical interviews and administering standardized psychological tests, including the MMPI-2-RF and MCMI-IV, to assess the mental and emotional capacity of DUSMs to perform their duties safely in high-stress environments. These evaluations are crucial for ensuring the well-being of law enforcement personnel and maintaining operational effectiveness. Interested parties must submit their completed quotes to Renee Leaman at renee.leaman@usdoj.gov by December 11, 2025, at 11:00 AM EST, as this opportunity is set aside for small businesses under the SBA guidelines.
    Biomedical Research Application Evaluation and Support Services (BRAES)
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is conducting a Sources Sought notice for Biomedical Research Application Evaluation and Support Services (BRAES) to support the Congressionally Directed Medical Research Programs (CDMRP). The objective is to gather information on industry capabilities to assist in managing biomedical research funding, emphasizing a two-tier review process and the development of a Quality Control Plan, while utilizing government-furnished systems for application processing and award management. Interested vendors must submit their responses by 5:00 p.m. Eastern Time on December 8, 2025, to Ms. Deanna S. Moose at deanna.s.moose.civ@health.mil, with a maximum of 20 pages detailing their qualifications and experience relevant to the tasks outlined in the draft Performance Work Statement (PWS).
    Office of Small Business Programs Support Services - Amend 6
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for the Office of Small Business Programs Support Services under a Women-Owned Small Business (WOSB) set-aside. The contract aims to provide comprehensive operational and management support for the DHA's Office of Small Business Programs, including business execution, strategic communication, and mentor-protégé program support. This initiative is crucial for enhancing small business participation in defense acquisitions and ensuring compliance with relevant regulations. The contract, valued at up to $24,500,000, will have a base period from January 5, 2026, to January 4, 2027, with four additional one-year options, and proposals are due by December 19, 2025. Interested parties should direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil and Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.
    Non-Clinical Case Management
    Buyer not available
    The Department of Defense, specifically the Vermont Army National Guard (VTARNG), is seeking qualified Small Business Administration (SBA) 8(a) certified firms to provide Non-Clinical Case Management Services aimed at promoting the fitness and personal wellness of service members. The selected contractor will coordinate care for individual patients, ensuring the effective utilization of services and resources within and outside VTARNG facilities. This procurement is crucial for maintaining operational readiness and deployability of service members, with a contract type anticipated to be Firm Fixed Price over a five-year period, including a 12-month base period starting around July 12, 2026, and four optional 12-month extensions. Interested vendors must submit their capabilities statements, including their business size, UEI, and CAGE Code, by April 19, 2026, to Joel Greer at joel.m.greer.civ@army.mil or by phone at 802-338-3190.
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking qualified contractors for a Firm-Fixed-Price contract focused on Operation & Maintenance (O&M) with incidental repair and minor construction services in support of the Defense Health Agency (DHA) and Medical Research and Development Command (MRDC) facilities. The contract will encompass extensive O&M services, including preventive and corrective maintenance, emergency response, and minor construction, specifically for medical research facilities that operate 24/7 across multiple locations, including Forest Glenn, Aberdeen, and Fort Detrick, MD, and Dover AFB, DE. Interested contractors must demonstrate expertise in medical facility operations, adhere to relevant standards, and manage complex systems effectively, with responses due by December 8, 2025, for market research purposes. For further inquiries, potential contractors can contact Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the secondary contact at ct-cproposals-medcom@usace.army.mil.