Office of Small Business Programs Support Services - Amend 6
ID: HT001125RE003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFALLS CHURCH, VA, 22042, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

8a Competed (8A)
Timeline
    Description

    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.

    Point(s) of Contact
    Mary Anne Young (Contractor)
    mary.a.young138.ctr@health.mil
    Files
    Title
    Posted
    This document, Amendment/Modification Number HT001125RE0030006, modifies a solicitation issued by the Defense Health Agency, Professional Services Contracting Division. Key changes include an extension of the proposal due date from November 24, 2025, to December 19, 2025. It also replaces several attachments with updated versions, such as the Performance Work Statement, CDRL, and Pricing Sheet, and incorporates new attachments including a Wage Determination and various DHA forms and lists. Additionally, the document modifies the description for CLINs/SLINs/ELINs 0003, 1003, 2003, 3003, and 4003, changing the reference for "Mentor Protege Program Support" from PWS Sections 5.6 and 5.7 to PWS Section 5.4. Several contract clauses are updated, including detailed instructions for Wide Area WorkFlow (WAWF) payment, notifications regarding competition limited to 8(a) participants, and clauses pertaining to improper business practices, organizational conflicts of interest, and various FAR clauses related to commercial products and services.
    This Performance Work Statement (PWS) outlines a non-personal services contract for Program Support Services for the Defense Health Agency (DHA) Office of Small Business Programs (OSBP). The contractor will provide comprehensive operational and management support, ensuring small businesses have maximum practical opportunities in acquisitions. Key services include industrial and data analysis, program execution, strategic communication, outreach, and Mentor-Protégé Program (MPP) support. The contract has a one-year base period and four one-year option years, with 30-day transition-in and transition-out periods. Work will be performed at DHA Headquarters in Falls Church, Virginia, with potential for telework. The contractor must adhere to quality control plans, personnel training, security requirements, and provide monthly progress reports. Specific deliverables include transition plans, quality control plans, meeting summaries, non-disclosure agreements, various reports, and staffing plans. Personnel require appropriate security clearances and IA certifications.
    This Performance Work Statement (PWS) outlines a firm-fixed-price non-personal services contract for the Defense Health Agency (DHA) Small Business Office (SBO). The contract's objective is to provide comprehensive operational and management support for the DHA Small Business Program. Key areas of support include program management, technical assistance, data analysis, administrative services, strategic communication, and small business participation/outreach. The period of performance is one base year plus four 12-month option years, with 30-day transition-in and transition-out periods. The primary place of performance is DHA Headquarters in Falls Church, VA, with potential for telework. The contractor must adhere to quality control standards, maintain specified staffing levels, and comply with security and IT requirements, including personnel background checks and data protection protocols. Deliverables include various reports and plans, ensuring accountability and effective program execution.
    This government file details the contractor information for Jane S. Doe, a DoD and Uniformed Service Contractor. It includes personal details such as her date of birth, contact information (email and phone), and home address. The document also specifies her professional affiliations, noting her as a contractor for the Department of Defense with a personnel vetting status and a contract number (GS00Q12NSD0002) valid until September 25, 2019. Her duty station is Falls Church, VA, with her sponsor listed as the Department of Defense and the Defense Health Agency. The file provides comprehensive data points essential for federal contracting and personnel management within the DoD.
    This government file, "Solicitation HT001125RE003 Attachment 11 Industry Q&A," provides consolidated answers to 195 industry questions regarding a recompete solicitation. The incumbent contractor, JAMS Systems LLC, currently performs these services, with the new contract anticipated for Q2 FY26. Key themes include the firm-fixed-price contract structure, allowing offerors to propose their own labor mix and hours, and clarifications on staffing, telework, and security clearances (Tier I/II background investigations and Public Trust clearance required for all positions). The document clarifies that Past Performance Questionnaires (Attachment 4) are mandatory and cannot be replaced by CPARS. It also details aspects of the Mentor-Protégé Program support, strategic communications (limited to written communication), and expectations for deliverables and reporting. The government will provide a definitive list of furnished property and internal collaboration platforms, but does not require specific analytical tools. Compliance with NIST SP 800-171 is sufficient, and no Facility Clearance Level is required.
    The provided file is a technical note indicating that it is a PDF portfolio designed for optimal viewing in Adobe Acrobat X, Adobe Reader X, or later versions. It prompts the user to download Adobe Reader if they do not have the recommended software. This document is not a government RFP, federal grant, or state/local RFP itself, but rather a technical instruction for accessing such documents if they were contained within the PDF portfolio. Its purpose is to ensure users have the necessary software to view the content correctly.
    The provided file is a minimal PDF portfolio instruction, advising users to open it in Acrobat X or Adobe Reader X (or later) for the best experience. It also suggests downloading Adobe Reader if needed. This content is not a government RFP, federal grant, or state/local RFP. Instead, it is a technical note related to viewing the document, devoid of any programmatic or administrative information relevant to government solicitations.
    The HT001125RE003 Office of Small Business Programs Support Services pricing sheet outlines fixed-price (FFP) contract line items (CLINs) for a base year and four option years. Services include Business Execution Support, Strategic Communication Support, and Mentor Protégé Program support, each priced for 12 months. Travel is also included as a separate FFP CLIN. The document specifies that pricing should cover all associated costs and that optional services are evaluated for 12 months. Additionally, the file details a labor category pricing structure, requiring information on contractor name, prime/sub status, NAICS code for subcontractors, business size (large/small), proposed hours, and fully burdened hourly rates for each period. It clarifies that productive hours for full-time contractor personnel account for anticipated time off, resulting in 1,890 potential work hours per year.
    The HT001125RE003 Office of Small Business Programs Support Services pricing sheet outlines a comprehensive five-year contract, including a base year and four option years, for various support services. These services fall under three main categories: Business Execution Support (PWS Section 5.2), Strategic Communication Support (PWS Section 5.3), and Mentor Protégé Program (PWS Section 5.4). Additionally, each year includes a line item for travel expenses (IAW PWS Section 1.8 NTE). The document requires offerors to provide their company and POC names, CAGE Code, and address. The pricing structure for the main services shows a unit price of $0.00, suggesting that these services are billed based on proposed hours and fully burdened hourly rates, which are to be detailed in separate sections for labor categories. Travel, however, is listed with a unit price of $800.00 for each year, totaling $4,000.00 over the five-year period. The labor category sections require details on key personnel, prime or subcontractor status, NAICS codes for subcontractors, and whether the subcontractor is
    The Defense Health Agency (DHA) Support Services contract for the Office of Small Business Programs requires offerors to submit a Past Performance Questionnaire (PPQ) for evaluation. This form, HT001125RE003, gathers feedback from previous customers on an offeror's performance, which is a crucial evaluation criterion. Evaluators must complete the form and return it to the DHA Contracting Officer, Vicki L. Whiteman, by September 1, 2025, converting it to a PDF with signatures. The questionnaire covers general information about the contract and offeror, followed by detailed performance ratings across four key areas: Quality of Services, Offeror Personnel, Timeliness of Performance, and Customer Satisfaction. Each area includes specific sub-factors for evaluation, using adjectival ratings (Excellent, Satisfactory, Unsatisfactory, Neutral) with clear definitions. The form concludes with a section for the evaluator's information and signature.
    The Defense Health Agency (DHA) Support Services contract for the Office of Small Business Programs requires offerors to submit a Past Performance Questionnaire (PPQ) for evaluation. This form, HT001125RE003, gathers customer feedback on an offeror's past performance in critical areas such as quality of services, personnel, timeliness, and customer satisfaction. Evaluators are asked to provide adjectival ratings (Excellent, Satisfactory, Unsatisfactory, Neutral) and comments, and to confirm the offeror's integrity and willingness to re-contract. The completed and signed PDF document must be submitted directly to the DHA Contracting Officer, Vicki L. Whiteman, by September 22, 2025. This ensures a thorough assessment of the offeror's capabilities and past performance for the acquisition process.
    The Past Performance Questionnaire (Solicitation HT001125RE003) is an essential evaluation tool for the Defense Health Agency's Office of Small Business Programs Support Services contract. This form collects feedback from previous customers of offerors to assess their past performance, a critical criterion for contract acquisition. Evaluators are instructed to complete and return the form directly to the Defense Health Agency Contracting Officer, Vicki L. Whiteman, by October 14, 2025, in Adobe PDF format with signatures. The questionnaire covers general information about the offeror's contract, including value, type, complexity, and geographic distribution. It also provides detailed performance rating sections across key areas: Quality of Services, Offeror Personnel, Timeliness of Performance, and Customer Satisfaction. Each section includes specific sub-factors for evaluation, using an adjectival rating scale of Excellent, Good, Satisfactory, Unsatisfactory, and Neutral. The form concludes with a section for the evaluator's details and signature.
    This government file, Wage Determination No.: 2015-4281, Revision No.: 34, issued by the U.S. Department of Labor, outlines the minimum wage rates and fringe benefits for service contract employees in the District of Columbia, specified Maryland and Virginia counties. It details hourly wage rates for various occupations, including administrative, automotive, food service, health, information technology, and maintenance roles. The document highlights compliance with Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for contracts awarded on or after specific dates, with annual adjustments. It also specifies benefits such as health & welfare ($5.55/hour or $5.09/hour under EO 13706), paid sick leave, vacation (2-4 weeks), and eleven paid holidays. Special provisions for computer employees, air traffic controllers, weather observers, hazardous pay differentials, and uniform allowances are included. The conformance process for unlisted occupations is also detailed, ensuring appropriate wage and benefit alignment.
    The provided document outlines the “Webtool 2.0” project, an initiative by the Workforce Development Branch (WDB) to expand the functionality of an existing web-based mapping tool. Initially focused on the National Capital Region, Webtool 2.0 will eventually include information about 138 activities in geographically dispersed locations outside the region. The project aims to improve access to information regarding WDB activities. The document also provides a comprehensive list of deliverables, including project management plans, system design, development, testing, deployment, and ongoing maintenance. The Webtool 2.0 will integrate various databases and GIS data to visualize WDB activities, providing a robust platform for data access and analysis.
    The DHA Contractor Non-Disclosure Agreement (NDA) outlines the obligations of contractor employees handling sensitive government and proprietary information. This includes, but is not limited to, cost data, technical proposals, trade secrets, and source selection information. Employees are prohibited from disclosing this information to unauthorized persons and must comply with safeguarding standards. The agreement emphasizes that unauthorized disclosure can cause irreparable harm and may result in legal action, including court orders and attorney fees. The obligations are perpetual, extending beyond employment or contract terms, unless the information enters the public domain without fault, is approved for disclosure by the DHA Contracting Officer, is independently developed, or is disclosed via court order after notification. Contractors are also required to inform prospective employers of these continuing obligations.
    The document outlines mandatory training requirements and audience definitions for personnel within the Defense Health Agency (DHA), including contractors, federal civilians, and military members. It specifies primary audiences like DHA contractors and federal civilians, along with secondary audiences such as other DHA-required training personnel and various healthcare providers. The document emphasizes that individuals must update their profiles with correct primary and/or secondary audience information to ensure accurate reporting and auto-enrollment in appropriate training. It also details training requirements for different military branches and clarifies that non-DHA personnel supporting DHA functions must follow their respective organizational training requirements, with a specific note on DHA network computer users needing to complete DHA Cyber Awareness and HIPAA training.
    This document outlines the Defense Health Agency (DHA) Contractor Common Access Card (CAC) Request Process, specifically detailing the use of the High-Volume Data Feed (HVDF) Batch Processing Tool. This tool, developed by the Defense Manpower Data Center (DMDC), streamlines the processing of Trusted Associate Sponsorship System (TASS) applications for various populations requiring CACs or other government credentials. It replaces the DHA Standard Form 33, requiring Facility Security Officers (FSOs) to accurately complete and submit a Microsoft Excel spreadsheet (DMDC_TASS_ApplicationForCAC.xls) with up to 25 applicants' data. The document provides instructions for completing the spreadsheet, including data entry fields and validation rules, and emphasizes that altering the first two rows will cause the upload to fail. The HVDF Batch Processing Tool is also used for CAC renewals. After approval, applicants receive an email with instructions to obtain their CAC at a RAPIDS Issuing Facility within 89 days.
    This government solicitation (HT001125RE0030006) from the Defense Health Agency is for Women-Owned Small Business (WOSB) set-aside professional services, specifically for Office of Small Business Program Support Services. The contract, valued at up to $24,500,000.00, includes business execution, strategic communication, and mentor-protege program support, along with travel. The initial performance period is from January 5, 2026, to January 4, 2027, with four additional one-year option periods extending through January 4, 2031. The solicitation emphasizes electronic invoicing via Wide Area WorkFlow (WAWF) and includes clauses related to 8(a) participant requirements, post-employment restrictions for former DoD officials, organizational conflicts of interest, and various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses governing commercial products and services, labor standards, and payment terms.
    This government solicitation, HT001125RE0030004, issued by the Defense Health Agency, is a Women-Owned Small Business (WOSB) set-aside for commercial products and services, specifically Office of Small Business Program Support Services. The solicitation has an offer due date of November 3, 2025, with an anticipated award amount of USD 24,500,000.00. The contract includes a base period from September 30, 2025, to September 29, 2026, and four one-year option periods, extending performance until September 29, 2030. Key services required include Business Execution Support, Strategic Communication Support, Mentor Protege Program Support, and Travel, all under a Firm Fixed Price arrangement. The document outlines detailed payment instructions via Wide Area WorkFlow (WAWF), specific clauses for 8(a) participants, and provisions addressing organizational conflicts of interest and post-employment restrictions for former DoD officials. FAR and DFARS clauses governing various aspects such as contractor conduct, labor standards, and supply chain security are also incorporated.
    This amendment (HT001125RE0030001) modifies solicitation HT001125RE003, issued by the DEFENSE HEALTH AGENCY, PROF SERVICES CONTRACTING DIV, changing two key dates. The due date for submitting Past Performance Questionnaires is extended from September 1, 2025, to September 22, 2025, with a revised questionnaire attached. The due date for submitting questions regarding the solicitation is changed from September 1, 2025, to September 2, 2025. This document also notes the addition of an updated Attachment 4 Past Performance Questionnaire (08272025) and the deletion of the previous version (08152025). All other terms and conditions of the original solicitation remain unchanged.
    This government document, Amendment of Solicitation/Modification of Contract (Standard Form 30), primarily serves to amend solicitation number HT001125RE003. The key purpose of this amendment is to extend the proposal submission deadline from September 22, 2025, to October 7, 2025, at 4:00 PM EST. Additionally, the government has ceased accepting new questions for this solicitation, with responses to previously submitted questions to be issued in a separate amendment. The document details the administrative changes, including the shift in the Response Due Time Zone from Central Daylight Time to Eastern Daylight Time. It also outlines the procedures for offerors to acknowledge receipt of the amendment, emphasizing that failure to do so may result in the rejection of their offer. This amendment is issued by the Defense Health Agency, specifically the Prof Services Contracting Div PS-CD.
    This amendment, HT001125RE0030003, modifies a solicitation issued by the DEFENSE HEALTH AGENCY, specifically the PROF SERVICES CONTRACTING DIV PS-CD. The primary purpose is to extend key due dates and clarify submission requirements. The due date for Past Performance Questionnaires is extended to October 14, 2025, and the due date for Proposals is extended to October 20, 2025. The amendment explicitly states that Contract Performance Assessment Reporting System (CPARS) evaluations will not be accepted in lieu of Past Performance Questionnaires. It also replaces Attachment 4, the Past Performance Questionnaire, with a newer version dated September 17, 2025, while still accepting previous versions. The government is still developing responses to questions submitted prior to September 2, 2025, which will be published later. This update ensures that offerors have additional time for submissions and clear guidelines regarding required documentation.
    This amendment to solicitation HT001125RE0030004 extends the proposal due date from October 20, 2025, to November 3, 2025. It also modifies the 'Proposal Content and Submission Instructions' to include a preliminary pass/fail compliance check for strict adherence to instructions, stating that failure to include all required documents will result in non-compliance and exclusion from evaluation. Additionally, the amendment revises specific FAR clauses related to the period for acceptance of offers, multiple offerors, and debriefing procedures. It further details instructions for pre-closing inquiries, restrictions on proprietary information, formatting guidelines, and the four-part proposal submission structure (Summary/Administrative, Technical, Past Performance, and Price), outlining page limits and content requirements for each section. The document also clarifies the evaluation criteria, emphasizing that Technical and Past Performance factors are equally important and, when combined, are significantly more important than Price.
    This government file, Amendment of Solicitation/Modification of Contract number HT001125RE0030005, issued by the Defense Health Agency, outlines key changes to a solicitation. The primary purpose of this amendment is to extend crucial due dates: Past Performance Questionnaires are now due by November 4, 2025, and Proposals by November 24, 2025, at 4 PM EST. Additionally, the government is still preparing responses to questions submitted before September 2, 2025, which will be released in the future. The Period of Performance for several Contract Line Items (CLINs) and Option Line Items has been revised, shifting from an estimated start date of September 30 to January 5 across multiple fiscal years, with final dates to be confirmed prior to contract award. This amendment ensures offerors have additional time to submit required documentation and acknowledges ongoing governmental processes in response to submitted inquiries.
    This government solicitation, HT001125RE003, is a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) to provide Office of Small Business Program (OSBP) Support Services to the Defense Health Agency (DHA). The contract, valued at up to $24,500,000.00, has an initial period of performance from September 30, 2025, to September 29, 2026, with four one-year option periods. Services include Business Execution Support, Strategic Communication Support, Mentor Protege Program Support, and Travel, all structured as Firm Fixed Price. The solicitation details specific FAR and DFARS clauses, emphasizing electronic invoicing via Wide Area WorkFlow (WAWF), proper business practices, and organizational conflict of interest (OCI) requirements. Offerors must complete certain sections, including pricing and representations related to former DoD officials and OCIs, and adhere to a strict submission deadline of September 22, 2025, at 4:00 PM. The document outlines procedures for protest and clarifies contractor responsibilities regarding ethical conduct and compliance.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Shuttle Services BPA
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for shuttle services under a Blanket Purchase Agreement (BPA) set aside for women-owned small businesses. The procurement aims to establish a five-year contract, with a maximum value of $5,000,000, to provide transportation services for employees within a 50-mile radius of the Carderock Division Headquarters in West Bethesda, Maryland, from January 1, 2026, to January 1, 2031. The contractor will be responsible for supplying a 15-passenger vehicle, a licensed and uniformed driver, fuel, maintenance, and necessary operating supplies, while adhering to specific safety and reporting requirements. Interested vendors must submit their quotes by December 15, 2025, at 12 PM EST, to Steven Besanko at steven.besanko@navy.mil, and will be evaluated based on a lowest price technically acceptable (LPTA) basis without discussions.
    Customer Care Prototyping - Commercial Solution Opening (Notice of Availability)
    Buyer not available
    The Defense Health Agency (DHA) is seeking innovative solutions through its "Customer Care Prototyping 2025-2026" initiative, aimed at enhancing customer care within the Military Health System (MHS). This opportunity invites prototype projects under the authority of 10 U.S.C. § 4022, focusing on developing a foundational platform that prioritizes agile development, self-service support, and data-driven insights to improve mission effectiveness and customer sentiment while reducing costs. Interested vendors should monitor SAM for updates regarding submission instructions and evaluation criteria, with the first "Season Notice" expected in Q1 FY26. For inquiries, contact Gabriela Hurte at gabriela.y.hurte.civ@health.mil or Sonya Edom at sonya.m.edom.civ@health.mil.
    Document Shredding Services at Naval Hospital Beaufort, SC and Robins Air Force Base, GA
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is soliciting proposals for Document Shredding Services at Naval Hospital Beaufort, South Carolina, and Robins Air Force Base, Georgia. The contract requires the contractor to provide comprehensive services, including the secure collection, handling, on-site shredding, and recycling of sensitive documents, ensuring compliance with strict security measures and federal regulations. This procurement is particularly important for maintaining the confidentiality of sensitive information and is set aside for small businesses, with a total funding amount of $16,500,000 over a performance period from February 8, 2026, to August 7, 2031. Interested contractors must submit their proposals electronically by December 12, 2025, and can direct inquiries to Brittany Belsches at brittany.n.belsches.civ@health.mil or Andrew Pounds at andrew.j.pounds2.civ@health.mil.
    Program Executive Office, Defense Healthcare Management Systems (PEO DHMS), Commercial Solutions Opening (CSO)
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is issuing a Commercial Solutions Opening (CSO) to solicit proposals for prototype projects aimed at enhancing the effectiveness of healthcare delivery for military personnel. This initiative seeks innovative solutions that improve platforms, systems, components, or materials utilized by the Department of Defense, particularly in the realm of electronic health records and data management. The CSO will remain open until July 1, 2026, and interested parties are encouraged to submit their proposals, ensuring they adhere to the guidelines outlined in the associated documents. For inquiries, potential respondents can contact Lacey Lockard at lacey.n.lockard.civ@health.mil or Elizabeth Holten at elizabeth.l.holten.civ@health.mil.
    DLA MedSurg Prime Vendor Gen VI
    Buyer not available
    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 the establishment of Firm Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for both Primary and Backup Prime Vendors, with a focus on delivering commercially available off-the-shelf medical supplies to various military and federal healthcare facilities. The selected vendors will play a crucial role in ensuring the readiness and availability of essential medical products, supporting the operational needs of the Army, Air Force, Navy, Marine Corps, and other federal agencies. Interested offerors must submit their proposals electronically via the DLA Internet Bid Board System (DIBBS) by December 10, 2025, at 3:00 PM Local Philadelphia Time, and are encouraged to attend a virtual pre-proposal conference scheduled for October 22, 2025. For further inquiries, contact Beatrice Lopez-Pollard at beatrice.lopez-pollard@dla.mil or Joshua Tankel at Joshua.Tankel@dla.mil.
    Two Phase Design Build IDIQ MATOC in Support of the Western Region
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for a Two Phase Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) to support the Defense Health Agency (DHA) program in the Western Region of the United States. This procurement aims to provide design-build and repair services for military healthcare and research laboratory facilities, focusing on architectural, mechanical, electrical, instrumentation, security, and safety areas, with a total contract capacity of $249 million. The project is crucial for ensuring timely and cost-effective responses to the repair and minor construction needs of DHA medical facilities across states including Alaska, California, and Colorado. Interested contractors must register in the System for Award Management (SAM) and monitor the Procurement Integrated Enterprise Environment (PIEE) website for the solicitation, which is expected to be posted around November 20, 2025. For further inquiries, potential bidders can contact LaRhonda Archie at larhonda.m.archie@usace.army.mil.
    Procurement request for Voice Over Internet Protocol (VOIP) Support Services.
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for Voice Over Internet Protocol (VOIP) Support Services, with a focus on Women-Owned Small Businesses (WOSB). The procurement aims to provide comprehensive engineering support for the Cisco Call Manager system, including configuration, implementation, and integration into existing network infrastructures at various NSWCCD locations. This contract will be structured as a firm-fixed-price purchase order, encompassing a base year and four option years, with quotes due by 11:00 AM on December 19, 2025. Interested parties are encouraged to attend a site visit scheduled for December 9, 2025, in Bethesda, Maryland, and can direct inquiries to Christopher C. Rolince at christopher.c.rolince.civ@us.navy.mil or by phone at 757-513-7247.
    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).
    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.
    81--BAG,ROLLPACK,MEDICA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of 57 units of the Rollpack Medical Bag (NSN 8145015485287). This solicitation is specifically set aside for Women-Owned Small Businesses (WOSB) and falls under the NAICS code 316990, which pertains to Other Leather and Allied Product Manufacturing. The Rollpack Medical Bag is essential for military logistics and medical support, ensuring that personnel have the necessary equipment readily available. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all inquiries should be directed to the primary contact at DibbsBSM@dla.mil. The deadline for quote submission is 147 days after the award date.