Health Care Workers and Medical Support Staff in Support of Mobilization Force Generation Installation (MFGI) Soldier Readiness Processing Center
ID: W81K00-24-SS-WBAMCSRPType: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M MRC0 WESTJBSA FT SAM HOUSTON, TX, 78234-4504, USA

NAICS

Offices of Physicians (except Mental Health Specialists) (621111)

PSC

MEDICAL- GENERAL HEALTH CARE (Q201)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking proposals from Women-Owned Small Businesses (WOSB) to provide healthcare workers and medical support staff at the Soldier Readiness Processing Center located at Fort Bliss, Texas. The primary objective of this procurement is to ensure the medical readiness of Active Military, Reservists, and other personnel, facilitating essential health examinations and processing for deployment. This contract, valued at approximately $16 million, emphasizes the provision of skilled healthcare providers, including physicians and nurse practitioners, and is crucial for enhancing military healthcare support during mobilization and demobilization. Interested parties must submit their proposals electronically by June 10, 2025, and direct any inquiries to Patrick Thielemann or Andrea Vigliotti via email.

    Point(s) of Contact
    Files
    Title
    Posted
    The document appears to be a compilation of technical specifications and operational requirements concerning federal and state RFPs (Requests for Proposals) and grants. It outlines various project categories, including environmental assessments and construction-related tasks that necessitate compliance with health and safety regulations. Key ideas include the importance of proper documentation for hazardous materials, nutrition for workforce health, project timelines, and adherence to regulatory frameworks for safety and quality assurance. The structure of the document includes sections detailing specific project requirements, compliance standards, roles of involved parties, and expected outcomes. It stresses the need for environmental assessments, effective communication among stakeholders, and proactive hazard mitigation practices. The document’s primary purpose is to provide a guideline for proposals seeking federal funding or compliance with local and state RFPs, ensuring that projects align with government standards and contribute to public welfare and safety.
    The "Register of Wage Determinations Under the Service Contract Act" outlines minimum wage rates for contracts subject to the Service Contract Act within Texas, specifying that workers must be paid at least $17.75 per hour under Executive Order 14026 or the appropriate lower rate under Executive Order 13658 based on the contract date. It details various job classifications with corresponding wage rates and mandates certain benefits such as paid sick leave, health and welfare, vacation time, and holiday pay for covered employees. The document also includes provisions for conformance requests for unlisted job classifications and criteria for applying additional benefits related to hazardous work conditions.
    This document outlines the requirements for the Past Performance Information (PPI) submission by Offerors as part of the RFP W81K00-25-R-A0004. Offerors must complete separate PPI Sheets for each relevant project, which should be compiled into a single volume, Volume III, of their proposal. The PPI Sheets require specific details about previous contracts, including contract numbers, total dollar values, types of services provided, and the Offeror's role (prime contractor or subcontractor). It also necessitates information on performance issues and corrective actions taken for any unfavorable past performance ratings. Notably, past performance references from teaming partners or subcontractors are only acceptable under outlined conditions. Overall, this document serves as a guideline for Offerors to provide evidence of their prior performance and suitability for the contract specified in the RFP, enhancing transparency and accountability in the federal contracting process.
    The document W81K00-25-R-A0004 outlines the requirements for the submission of Past Performance Information (PPI) Sheets by Offerors participating in a federal Request for Proposal (RFP). It specifies that Offerors must submit separate PPI Sheets for each relevant contract or task order, compiled into one volume, while adhering to the limits detailed in the solicitation's addendum. Key components include identifying the Offeror's role (prime or subcontractor), detailing contract types, dollar values, and performance periods. Offerors must also describe the complexities of services provided, summarize any contract issues, and detail primary points of contact. If applicable, Offerors can provide additional information regarding past performance ratings or issues, including corrective actions taken. The document emphasizes that the government's assessment of relevancy is independent of the Offeror's views. This submission process is critical for evaluating Offerors' past performances and capabilities in relation to government projects, helping to ensure that only qualified contractors are considered.
    The Medical Readiness Contracting Office - West is seeking information to validate past performance for contractors providing Soldier Readiness Processing (SRP) Services at William Beaumont Army Medical Center, Fort Bliss, Texas. The Past Performance Questionnaire is designed for references to evaluate a contractor's previous work. Respondents are asked to provide details including the name of the contractor, contract number, type of service, service location, and contract amount. They also need to report any instances of unsatisfactory performance leading to additional costs. Ratings for service quality and business/customer relations are required using a standardized scale from Excellent to Unsatisfactory, with narratives necessary to substantiate ratings that are not Satisfactory. The document emphasizes the importance of accurate references to inform the contracting office's evaluation and decision-making process. This assessment is part of the broader context of government Request for Proposals (RFPs), highlighting the necessity of historical data on contractor performance to ensure effective service delivery in military settings.
    The Medical Readiness Contracting Office - West is seeking evaluations of past performance for contractors providing Soldier Readiness Processing (SRP) Services at the William Beaumont Army Medical Center in Fort Bliss, Texas. The document outlines a Past Performance Questionnaire, intended for references who can validate a contractor's previous work. Participants are required to rate service quality and business relations using a scale from 1 (Excellent) to 4 (Unsatisfactory), with detailed narratives requested for ratings other than "Satisfactory." Key information prompts include service type, location, contract amount, and any instances of unsatisfactory performance leading to additional costs. This evaluation aims to inform the competitive acquisition process, ensuring that the selected contractor meets the necessary performance standards for military medical readiness services. The completed questionnaire is to be submitted by June 3, 2025, aiding the government’s assessment of vendors' past performance to facilitate informed decision-making in future contracting opportunities.
    The document outlines the Price Schedule for a federal government Request for Proposal (RFP) for healthcare personnel services, covering a base period from October 1, 2025, to September 30, 2026, and an option period from October 1, 2026, to September 30, 2027. It details various labor categories, including physicians, nurse practitioners, physician assistants, social workers, and other healthcare support roles, with specified full-time equivalents (FTEs) and corresponding hours required. Each labor category is listed with the number of hours needed, indicating the scale of personnel required to fulfill the government’s healthcare service needs. Additionally, the document provides for potential overage hours for each position, illustrating flexibility in staffing based on operational demands. The purpose of this price schedule is to facilitate the procurement process by clearly defining service requirements and associated labor costs, thereby ensuring a competitive bidding environment for potential contractors. This structured approach aligns with standard practices for federal grants and RFPs, aiming for transparency and efficiency in government contracting for healthcare services.
    The document outlines a Price Schedule for a federal government Request for Proposal (RFP) that details labor categories and associated costs for healthcare services over two periods: the base period from October 1, 2025, to September 30, 2026, and an option period from October 1, 2026, to September 30, 2027. The schedule includes various healthcare personnel such as physicians, nurse practitioners, and administrative staff, listing the Full-Time Equivalent (FTE) units required and the anticipated total hours of service needed. Specific roles are designated with their respective unit issues and total units, but pricing details remain unspecified. Additionally, overage units for each category are included, indicating potential additional hours beyond the base FTE requirements. The structure is systematic, categorized by labor roles, providing a comprehensive view of staffing needs for the specified periods. This Price Schedule serves as a critical component of the RFP process, outlining the anticipated financial commitments for healthcare workforce support essential to government operations. It's a necessary framework for budget planning and contractor selection for healthcare service provision.
    The Performance Work Statement outlines a contract for personal and non-personal medical services at Fort Bliss, Texas, in coordination with William Beaumont Army Medical Center. The primary objective is to ensure the medical readiness of Active Military, Reservists, and other personnel for deployment and to facilitate Soldier Readiness Processing and Separation Health and Physical Examinations. Key components include the requirements for skilled healthcare providers, such as physicians, nurse practitioners, and various technicians, who must meet specific qualifications, including education, licensing, and experience. The contract emphasizes quality assurance, stipulating that services align with professional standards and that contractor personnel undergo thorough vetting, including background checks and credentialing. Additionally, the document details expectations for health and immunization compliance, alongside stipulations related to administrative oversight, training, and reporting. It underscores the contractor's responsibility to provide qualified personnel and manage various healthcare-related tasks while ensuring adherence to federal guidelines and regulations. This contract is vital for enhancing military healthcare support during mobilization and demobilization, addressing personnel needs, and improving overall soldier health readiness in line with Department of Defense standards.
    The Performance Work Statement (PWS) outlines a contract to provide personal and non-personal medical services at the Soldier Readiness Processing Center, Fort Bliss, Texas. The primary focus is on the medical validation of military personnel for deployment and re-deployment, ensuring compliance with Department of Defense medical readiness standards. Key services include Soldier Readiness Processing, Separation History, and Physical Examinations, alongside secondary support for the William Beaumont Army Medical Center. The contract emphasizes the necessity for qualified healthcare personnel, specifying requirements for various medical positions, including physicians, nurses, and support staff. All personnel must meet stringent qualifications, licensure, and credentialing standards, including regular compliance with health and immunization mandates. Performance measures include maintaining quality service delivery and adherence to established healthcare standards, evaluated through a robust quality assurance plan. The document also stresses the importance of maintaining patient confidentiality, efficient record-keeping, requirements for continuous training, and compliance with federal healthcare program regulations. Overall, the document serves as a comprehensive guideline for contracting agencies to ensure effective medical support within military installations.
    The document outlines a Request for Proposal (RFP) designated for Women-Owned Small Businesses (WOSB) to provide services as specified in the solicitation W81K00-25-R-A004. Proposals must be submitted electronically by June 10, 2025, with strict compliance to requirements regarding formatting and content. The submission must include five volumes: Administrative, Technical Capability, Past Performance, Compensation Plan, and Pricing. Each section has specific instructions on content and page limits. The evaluation criteria focus on technical capability and past performance being equal in importance, with the compensation plan and pricing considered of lesser significance. Proposals will be assessed for their ability to meet government requirements, with a preference for those demonstrating a solid record of relevant past performance. The process aims to ensure the best value for government by selecting contracts that not only meet budget constraints but also promise quality service delivery. Overall, the document emphasizes adherence to submission guidelines and evaluation standards critical for successful consideration in this federal contracting opportunity.
    This Request for Proposal (RFP) W81K00-25-R-A004 is designated as a Women-Owned Small Business (WOSB) set-aside, requiring Offerors to be certified as WOSB to qualify for contract award. Proposals must be submitted electronically by 10:00 A.M. CT on June 3, 2025, with variations in submission details highlighted, including file formats and page limits for various proposal sections. The structure of the proposals consists of five volumes: Administrative, Technical Capability, Past Performance, Compensation Plan, and Pricing. Technical Capability and Past Performance are of equal importance and slightly outweigh the Compensation Plan, with price being the least crucial factor. Offerors must provide a detailed technical approach, recent performance information, and a comprehensive compensation plan, adequately demonstrating the ability to attract and retain qualified personnel. The RFP emphasizes adherence to guidelines, including compensation limits and incentive structures, ensuring overall compliance with government standards. The evaluation will focus on a best-value approach, emphasizing quality performance over cost, while proposals with ratings below "Acceptable" in key areas will be rejected.
    The document outlines a comprehensive Compensation Plan associated with RFP W81K00-25-R-A004, detailing the labor categories required for a government contract. It specifies positions such as Physicians, Physician Assistants, Nurse Practitioners, and various support roles like Medical Records Clerks and Medical Support Clerks, with a total of multiple Full-Time Equivalents (FTEs) indicated for each category. The plan requires offerors to submit a Total Compensation Plan that includes base salaries and fringe benefits for each position across the base and option periods. Fringe benefits may include typical elements such as health insurance, sick leave, and holiday pay, which are not exhaustive. The document further details federally recognized holidays and emphasizes that the base hourly rates do not account for these benefits. The overall purpose is to provide a structured framework for contractors to propose competitive compensation packages and ensure workforce quality under this government contract, addressing the necessary qualifications and maintaining compliance with federal regulations. This RFP is an integral part of government procurement processes aimed at securing essential services and staff for healthcare purposes.
    The Performance Work Statement (PWS) outlines requirements for personal and non-personal services at the Mobilization Force Generation Installation (MFGI) Soldier Readiness Processing Center in Fort Bliss, Texas. The primary goal is to ensure medical readiness for military personnel through coordination with William Beaumont Army Medical Center. Key services include Soldier Readiness Processing, medical examinations for personnel deploying or redeploying, and provision of Tele-Health services when necessary. The contractor must provide skilled healthcare personnel under both personal (with supervision) and non-personal (independent operations) arrangements. Various health professionals such as physicians, nurses, and medical support staff are specified, all requiring specific qualifications and certifications. Additionally, stringent performance measures, quality control plans, and health and immunization requirements are mandated. The contract prohibits employing individuals on exclusion lists and governs the credentialing process for healthcare providers. The PWS reflects the government's focus on sustaining medical readiness while addressing potential public health challenges. As part of compliance, contractors must ensure all personnel are well-trained and maintain necessary certifications throughout the contract's duration. This document serves as a critical framework for the provision of essential medical services within the military context, ensuring quality healthcare delivery and operational readiness.
    The document addresses various aspects of a federal solicitation for healthcare staffing services. It emphasizes that Offerors must submit a Compensation Plan in separate volumes, maintaining specific requirements such as summation for employee compensation calculations. The contract is a single award to continue services performed under two existing contracts, with specific considerations for past performance, including eligibility of teaming partners and subcontractors. The maximum number of past performance references allowed is three, with certain conditions for subcontractors. The Government will not modify the NAICS code or raise page limits for submissions but agrees to revisit specific queries about on-site roles and duties, surge requirements, and credential verification processes. Contractor performance metrics include a 90% fill rate and compliance with Service Contract Act standards. Health care providers must meet regulatory requirements, and contractors will coordinate with government personnel during credentialing. The overall focus is on providing quality healthcare staffing to fulfill identified needs while ensuring compliance with Federal guidelines and maintaining effective communication during the proposal and execution phases.
    This document outlines a solicitation for contracts involving services and products for a Women-Owned Small Business (WOSB). Specifically, it focuses on providing Soldier Readiness Processing (SRP) services at Fort Bliss, Texas, including a range of medical and support personnel such as Physicians, Nurse Practitioners, and Medical Support Clerks. The contract includes specific quantities and hours of service, amounting to a total contract value of $16 million, scheduled to run from October 1, 2025, to September 30, 2027. The solicitation emphasizes a firm fixed price arrangement for both personal and health care worker services, with delivery and performance required at designated U.S. military installations. The document serves as an official Request for Proposal (RFP) for interested small businesses, highlighting the U.S. government’s initiative to engage with economically disadvantaged and women-owned enterprises. The structure reflects standard bidding practices, ensuring compliance with federal acquisition regulations while promoting diversity within government contracting. Ultimately, this solicitation aims to provide vital health services while enabling WOSBs to participate actively in government contracts.
    The file outlines a Women-Owned Small Business (WOSB) solicitation for Soldier Readiness Processing (SRP) services at Fort Bliss, Texas. The contract focuses on procuring various medical and support staff, including physicians, nurse practitioners, and other healthcare personnel, across multiple task categories, with a total award amount of approximately USD 16 million. The procurement emphasizes a firm fixed-price structure and details the quantity and duration of services required. The solicitation specifies that delivery and performance span from October 1, 2025, to September 30, 2027, with all services needing to conform to established health care and contracting standards. Each line item includes a description of the type of personnel and the number of full-time equivalents (FTE) required for effective service delivery. The successful contractor must adhere to the terms and conditions set forth, ensuring compliance with applicable federal regulations throughout the contract period. This solicitation reflects the government’s commitment to advancing opportunities for women-owned businesses while fulfilling its operational needs in military medicine.
    The document outlines a solicitation for a contract involving the provision of Soldier Readiness Processing (SRP) services at Fort Bliss, Texas, primarily targeting women-owned small businesses. It provides essential details like requisition number, contract amount of USD 16,000,000, and the delivery period extending from October 1, 2025, to September 30, 2027. The solicitation specifies the requirement of various health care professionals, including physicians, nurse practitioners, and medical support staff, quantified in full-time equivalents (FTEs) and hours needed. Each line item is carefully listed, indicating quantities and types of positions required, ensuring coverage for health care service delivery in this military context. Additionally, detailed instructions for submission, including contact information for queries and invoice submission guidelines, are provided, facilitating a streamlined proposal submission process. This document reflects the government's commitment to engaging women-owned businesses while ensuring comprehensive healthcare services for military personnel.
    This document serves as an amendment to a solicitation, specifically extending the deadline for offers and providing guidance on how to acknowledge receipt of this amendment. It outlines three methods for contractors to confirm their receipt, emphasizing that failure to do so could result in rejection of their offer. The amendment also permits changes to previously submitted offers, contingent upon proper communication. Additionally, it details the administrative changes to contracts or orders, referencing Federal Acquisition Regulation provisions. The primary purpose is to update certain documentation, including the recent revision of an attachment relevant to the solicitation. A summary of contract documents attached to this amendment includes various elements such as performance work statements and pricing schedules, highlighting the structured process of federal solicitations and contracts. Overall, the amendment emphasizes compliance with established protocols to ensure all parties are informed and able to adjust their submissions accordingly.
    Similar Opportunities
    Office of Small Business Programs Support Services - Amend 7
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for the Office of Small Business Programs Support Services. The contract aims to provide comprehensive operational and management support, including business execution, strategic communication, and mentor-protégé program support, with a total award amount of up to $24,500,000. The performance period is set to begin in January 2026, lasting for one base year with four additional option years extending through January 2031. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil or Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking information from potential contractors for a Firm-Fixed-Price contract to provide operation and maintenance (O&M) services, along with repair and minor construction, in support of the Defense Health Agency (DHA) Medical Research and Development Command (MRDC) at multiple locations. The contract will require 24/7 support for various medical, dental, pharmacy, and laboratory facilities, necessitating extensive knowledge of medical facility operations and compliance with Joint Commission standards. Interested contractors should note that this is a Sources Sought Notice for market research purposes only, with no solicitation currently available; responses are due by December 8, 2025, and inquiries can be directed to Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    Up Range Security Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to award a bridge contract for security guard and patrol services at Fort Bliss, Texas. This procurement is part of a Justification & Approval (J&A) process aimed at ensuring continued security operations for the Northern range at White Sands Missile Range (WSMR). The services are critical for maintaining safety and security in military operations, highlighting the importance of reliable security personnel in defense activities. Interested parties can reach out to Charles D. Johnson at charles.d.johnson12.civ@army.mil for further details regarding this opportunity.
    Bridge for Biomedical Equipment Technicians
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure services related to the maintenance, repair, and rebuilding of medical, dental, and veterinary equipment and supplies at Joint Base San Antonio (JBSA) Ft Sam Houston, Texas. This opportunity is focused on supporting biomedical equipment technicians, ensuring that critical medical equipment remains operational and effective for military healthcare services. The procurement is vital for maintaining the readiness and reliability of medical equipment used in various military operations. Interested parties can reach out to Kathy Clayton at kathy.g.clayton.civ@health.mil or by phone at 210-539-8663 for further details regarding this opportunity.
    BASIC LIFE SUPPORT (BLS) EMERGENCY MEDICAL SERVICES (EMS)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for Basic Life Support (BLS) Emergency Medical Services (EMS) at the Tobyhanna Army Depot in Pennsylvania. The contractor will be responsible for providing BLS ground ambulance services, including the presence of two Pennsylvania-certified EMT-Bs on-site during operational hours, and will also support emergency response initiatives and special events. This contract is crucial for ensuring timely medical assistance and compliance with federal and Army regulations, with performance metrics focused on response times. Interested parties are invited to a pre-solicitation meeting on December 16, 2025, from 10:00 a.m. to 11:00 a.m. EST, with further inquiries directed to Deborah Belak at deborah.belak.civ@army.mil or by phone at 570-615-7579.
    DLA MedSurg Prime Vendor Gen VI
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for the Medical Surgical Prime Vendor (Med/Surg PV) Program, which aims to provide a comprehensive range of medical and surgical supplies across three Global Regions: North, South, and West. This procurement involves awarding Firm Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for both Primary and Backup Prime Vendors, facilitating routine ordering and contingency support for various military and federal healthcare facilities. The program is critical for ensuring the availability of essential medical supplies and equipment, supporting the operational readiness of Medical Treatment Facilities (MTFs) and clinics worldwide. Interested vendors must submit their proposals electronically via the DLA Internet Bid Board System (DIBBS) by January 8, 2026, at 3:00 PM Local Philadelphia Time, and can direct inquiries to Beatrice Lopez-Pollard at beatrice.lopez-pollard@dla.mil or Joshua Tankel at Joshua.Tankel@dla.mil.
    Workforce 3.0 - Managed Solution, Defense Healthcare Management Systems (WF3)
    Dept Of Defense
    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.
    Draft PWS for the MIOSS Program
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified 8(a) contractors to provide Instructor Operator Support Services (MIOSS) for the Medical Simulation Training Center (MSTC). The contract aims to deliver instructor/operator support for medical training, including teacher-led and scenario-based training for both medical and non-medical personnel, with a focus on sustaining Combat Medic (68W MOS) skills and other tiered medical training. This opportunity is crucial for enhancing the training capabilities of U.S. military personnel and ensuring adherence to medical certification standards. Interested contractors are encouraged to submit questions and comments regarding the Draft Performance Work Statement (PWS) by January 6, 2026, and an Industry Day is planned for the week of January 11, 2026, at Fort Stewart, Georgia. For further inquiries, contact Carly Haning at carly.j.haning.civ@army.mil or Christina Minnon at christina.l.minnon.civ@army.mil.
    SOFAM 26 Austere/Arctic Medical SME
    Dept Of Defense
    The Department of Defense, through the U.S. Special Operations Command (USSOCOM), is seeking proposals from qualified small businesses for the provision of Austere/Arctic Medical Subject Matter Expertise (SOFAM) in Fairbanks, Alaska. The contract, valued at $16,500,000, aims to deliver specialized training in austere and arctic medicine, including the provision of medical expertise, equipment, and Continuing Education Units (CEUs) for Special Operations Command North (SOCNORTH) from January 4-30, 2026. This opportunity is critical for enhancing the operational readiness of military personnel in extreme environments, necessitating contractors to meet stringent qualifications, including certifications in mountain medicine and avalanche safety. Interested parties must submit their proposals by the deadline for questions on December 3, 2025, and can contact MSG Andre Furman at andre.d.furman.mil@socom.mil or 719-723-6413 for further information.
    Point of Care
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure services related to "Point of Care" under the office of W40M USA HCA. This procurement involves IT and telecom platform products, particularly focusing on database, mainframe, and middleware solutions, which are critical for enhancing healthcare delivery and operational efficiency within military settings. The selected contractor will play a vital role in ensuring that point-of-care technologies are effectively implemented and maintained, supporting the overall mission of the Department of Defense. Interested parties can reach out to YaKita McClurkin at yakita.s.mcclurkin.civ@health.mil for further details regarding this opportunity.