Exceptional Family Member Program (EFMP) / Respite Care Providers
ID: W9124J-25-R-EFMPType: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FDO FT SAM HOUSTONFORT SAM HOUSTON, TX, 78234-1361, USA

NAICS

Other Individual and Family Services (624190)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the Army, is seeking proposals for the Exceptional Family Member Program (EFMP) Respite Care Provider Services, aimed at supporting military families with special needs. The contract involves providing trained Respite Care Providers (RCPs) who will deliver non-personal respite care services, ensuring families receive essential support while adhering to strict federal regulations and performance metrics. This initiative is crucial for maintaining the well-being of military families, reflecting the Army's commitment to their care and support. The contract is valued at approximately $16 million, with a performance period from April 10, 2025, to May 13, 2026, and proposals must be submitted electronically by April 30, 2025, to Tim Hallahan at timothy.d.hallahan.civ@army.mil or Ralph M. Bowie at ralph.m.bowie.civ@army.mil.

Point(s) of Contact
Files
Title
Posted
Apr 11, 2025, 3:13 PM UTC
This addendum outlines the instructions for submitting proposals in response to the Request for Proposal (RFP) for EFMP Respite Care Provider Services (W9124J-25-R-EFMP). Proposals must be submitted electronically by April 30, 2025, with inquiries directed to specified contract personnel by April 24, 2025. The selection process will utilize the Lowest Price Technically Acceptable method, emphasizing that proposals must meet all requirements to avoid disqualification. Proposed content is divided into three volumes: Technical Capability, Past Performance, and Cost/Price. The Technical Volume requires a detailed methodology for delivering services, staffing strategies, and operational management plans. The Past Performance volume assesses relevant experiences from the last five years, while the Cost/Price volume will outline labor categories and rates. Compliance with formatting guidelines, including page limits and organization, is critical, as exceeding limits may lead to disqualification. The document emphasizes the importance of clarity and completeness in proposals, with debriefing opportunities for unsuccessful bidders. This solicitation reflects the government's commitment to providing quality respite care services to families of Army personnel with special needs, ensuring thorough evaluation based on structured criteria.
This document outlines the evaluation criteria for contracts awarded by the government under a solicitation for respite care services for military and special needs families. The key evaluation approach follows a Lowest Price Technically Acceptable (LPTA) model, where proposals must meet technical acceptability standards across various factors, including technical staffing and management, operational management, and past performance. Offerors must provide detailed information about their technical approaches, including staffing outlines, employee qualifications, and management structures. The document specifies rigorous requirements for personnel working on the project, including years of relevant experience and educational qualifications. Additionally, a strong focus is placed on past performance, where the government will review past contracts and performance metrics. The cost/price evaluation involves assessing both the base requirement and options, and any significant unbalance could render an offer unacceptable. The summary concludes with details on contract binding conditions upon acceptance of the proposal by the government. This structured approach ensures that only technically capable and competitively priced offerors can successfully secure the contract, thereby promoting effective service delivery.
Apr 11, 2025, 3:13 PM UTC
The Performance Work Statement (PWS) outlines a contract for Non-Personal Respite Care Services under the Exceptional Family Member Program (EFMP) managed by the Army Community Service (ACS). The purpose is to provide a network of trained Respite Care Providers (RCPs) for families caring for individuals with disabilities, offering monthly service hours based on the level of need. Key stipulations include that RCPs cannot perform transportation, therapeutic services, or engage with siblings of the exceptional family members. The contractors are tasked with maintaining a qualified workforce, ensuring a rigorous background check process, and complying with federal regulations regarding child safety. Performance metrics include the submission of regular reports and a mandatory quality control system to ensure high service standards. The contract spans a base period of 12 months with options for renewal, emphasizing a smooth transition from prior contractors and maintaining ongoing support without service interruption. This initiative reflects the Army's commitment to supporting military families with special needs, ensuring access to essential care while promoting transparency and compliance with government guidelines.
Apr 11, 2025, 3:13 PM UTC
The document outlines a solicitation for services categorized under the Women-Owned Small Business (WOSB) initiative, specifically targeting the Exceptional Family Member Program and Respite Care Program. It emphasizes a contract valued at approximately USD 16 million, with a delivery timeline spanning from April 10, 2025, to May 13, 2026, with options for subsequent years. Various roles, including Program Managers, Regional Coordinators, and Respite Care Providers, will be involved, requiring a firm-fixed pricing arrangement based on a predetermined number of hours. Key aspects include a structured offering due date, a detailed listing of required personnel hours—totaling over 70,000—and various clauses relevant to federal acquisition regulations addressing subcontracting and compliance frameworks. This solicitation promotes the engagement of economically disadvantaged women-owned businesses, reinforcing the federal government's commitment to diversifying procurement processes while ensuring essential services for military families. Adherence to compliance with the applicable regulatory framework is crucial for successful bidder selection and contract administration.
Sep 23, 2024, 6:59 PM UTC
The Sources Sought Synopsis Notice W9124J-25-R-EFMP invites information on providing Exceptional Family Member Program (EFMP) Respite Care Services for U.S. Army personnel, in support of the Installation and Management Command. This notice serves as a preliminary market research tool per Federal Acquisition Regulation guidelines and is not a solicitation for bids or proposals. The objective is to establish a network of qualified Respite Care Providers (RCPs) who can offer temporary care for family members of individuals with disabilities, with stated limitations on usage. The government is particularly interested in feedback from small businesses and those in designated socioeconomic categories to explore the viability of a small business set-aside. Interested parties must submit a tailored capability statement that outlines qualifications, relevant experience, and additional insights concerning the proposed services. The anticipated period of performance is one base year with four option years. Responses to this notice must be submitted by October 20, 2024, emphasizing that this notice does not ensure a contract award or reimbursement for information provided. The synopsis complicates the landscape of possible RFPs by identifying current contracts and urging feedback to enhance the competitive bidding process.
Sep 23, 2024, 6:59 PM UTC
The Performance Work Statement (PWS) outlines a contract for providing Respite Care Services under the Army's Exceptional Family Member Program (EFMP) for families caring for individuals with disabilities. The contractor will establish a network of qualified Respite Care Providers (RCPs) responsible for delivering approved services, ensuring non-overlapping roles with families and providing care strictly according to the guidelines laid out in the document. Key functions include initial contact with families for service setup, management of documentation for eligibility, and maintenance of comprehensive files on program participants. The contractor is also responsible for conducting background checks on RCPs to ensure safety and compliance, with stringent criteria for suitability regarding criminal histories. Reports detailing the usage, satisfaction, and effectiveness of care will be regularly submitted to the Contracting Officer’s Representative (COR). The contract includes provisions for a smooth transition from current services to the new provider while retaining an emphasis on quality control and assurance measures to monitor performance and ensure accountability. This initiative aims to strengthen support for Army families, highlighting the importance of stable care environments for members with special needs by enabling scheduled respite periods for primary caregivers.
Sep 19, 2024, 9:25 PM UTC
The Performance Work Statement (PWS) outlines a contract for the Exceptional Family Member Program (EFMP) Respite Care Services, aimed at providing temporary rest for family members caring for individuals with disabilities. This non-personal services contract mandates the establishment of a network of qualified Respite Care Providers (RCPs) who will deliver services in homes or approved facilities. Eligible families receive a set monthly number of service hours based on their specified care needs, subject to strict guidelines limiting service usage and provider qualifications. The contractor must maintain a diligent pool of trained RCPs, implement comprehensive background checks, and ensure compliance with federal and military regulations. Responsibilities include conducting efficient intake processes, maintaining accurate records, and ensuring customer satisfaction while providing weekly and monthly reports on service utilization and effectiveness. The contract covers a 12-month base period with four optional extensions, where a seamless transition between contractors is essential to avoid service disruptions. Overall, the PWS emphasizes the Army's commitment to supporting military families with special needs by ensuring access to quality respite care services.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Family Advocacy Program (FAP) Victim Advocacy Program (VAP) and Emergency Placement Care (EPC) Support Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for the Family Advocacy Program (FAP) Victim Advocacy Program (VAP) and Emergency Placement Care (EPC) Support Services, with a focus on preventing and educating about domestic violence and juvenile problematic sexual behavior. The contractor will provide 24/7 victim advocacy response and coordination for emergency placements, primarily at military installations in Germany. This program is crucial for supporting military families affected by domestic abuse and ensuring the well-being of children in crisis situations. Interested contractors must submit their proposals by April 22, 2025, at 11:00 PM CET/5:00 PM EST, and can direct inquiries to Jessica Spencer at jessica.r.spencer2.civ@army.mil or Carlos Mayorga at carlos.a.mayorga.civ@army.mil.
Fleet and Family Support (FFSP) Global Staffing
Buyer not available
The Department of Defense, through the Commander Navy Installations Command (CNIC), is seeking proposals for a contract titled "Fleet and Family Support (FFSP) Global Staffing" to provide comprehensive support services for military personnel and their families. The contract aims to deliver global staffing solutions, remote service delivery, and on-site support across four critical functional areas: Work and Family Life, Counseling, Advocacy and Prevention, Sexual Assault Prevention and Response, and Integrated Primary Prevention. This initiative is vital for enhancing the well-being of active duty members, retirees, and their families, ensuring effective program implementation and service delivery. Interested contractors should note that the submission deadline for proposals has been extended to April 11, 2025, at 1500 Central Standard Time, and are encouraged to contact Christopher Tullos at christopher.l.tullos.naf@us.navy.mil or Troy Milburn at troy.l.milburn3.naf@us.navy.mil for further inquiries.
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), aimed at providing comprehensive medical and dental readiness services to military personnel, including both active and reserve components, as well as Department of Homeland Security members. The contract, structured as an Indefinite Delivery Indefinite Quantity (IDIQ) agreement, will span ten years with a maximum value of $1.61 billion, focusing on maintaining the health and operational readiness of service members through assessments, treatments, and logistical support for scheduling services. This initiative is critical for ensuring that military personnel remain medically ready for deployment, aligning with federal health standards and regulations. Interested contractors must submit their proposals by May 9, 2025, and can direct inquiries to Nakaura C. Yusuf at nakaura.c.yusuf.civ@health.mil or by phone at 703-681-5821.
Request for Proposal - Materiel Fielding and Medical Liaison Support Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for Materiel Fielding and Medical Liaison Support Services under solicitation number W911QY25RA001. The procurement aims to enhance Army medical readiness through comprehensive management, procurement, and distribution of medical equipment and supplies, ensuring operational support for military personnel. This initiative is critical for maintaining healthcare capabilities within the Army, with a performance period spanning from July 3, 2025, to July 2, 2026, and options for additional years. Interested parties must submit their proposals by April 21, 2025, and can direct inquiries to Patrick Wallace at patrick.j.wallace3.civ@army.mil or Trisha Scott at trisha.r.scott.civ@army.mil.
Army Community Support (ACS) & Family Advocacy Program (FAP) Support & Administrative Services for USAG Wiesbaden, Germany
Buyer not available
The Department of Defense is soliciting quotations for support and administrative services for the Army Community Support (ACS) and Family Advocacy Program (FAP) at the U.S. Army Garrison (USAG) Wiesbaden in Germany. The procurement aims to provide non-personal services, including family advocacy support, administrative management, and relocation assistance for military personnel and their families. This initiative is crucial for enhancing the well-being of military families and ensuring they have access to essential resources and support systems. Interested contractors must submit their proposals by April 28, 2025, with all submissions required to be in English and compliant with federal regulations. For further inquiries, contact Kathleen Balon at kathleen.balon.civ@army.mil or Aaron Ritter at aaron.m.ritter.civ@army.mil.
Family Advocacy Program Educator Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified providers for Family Advocacy Program Educator Services to be performed in Grafenwoehr, Bavaria, Germany. The objective of this procurement is to deliver educational services that support family advocacy initiatives, which are crucial for promoting the well-being and resilience of military families. These services are vital for addressing the unique challenges faced by military families and enhancing their overall quality of life. Interested parties can reach out to Sequita Harris at sequita.d.harris.civ@army.mil or by phone at 09641705268703 for further information regarding this presolicitation opportunity.
Soldier Family Readiness Group (SFRG) Workshop
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for a Soldier Family Readiness Group (SFRG) Workshop aimed at providing support to soldier family members. This procurement is focused on facilitating the Soldier Member Family Support (SMFS) initiative, which is crucial for enhancing the readiness and resilience of military families. The contract is set aside for small businesses under the SBA guidelines, and it falls under the NAICS code 721110, which pertains to hotels and motels, indicating a need for accommodations and related services. Interested vendors can reach out to Phillip Chik at phillip.l.chik2.civ@army.mil or Richard Harvey at richard.a.harvey5.civ@army.mil for further details regarding the solicitation process.
Kids Camp Family Programs
Buyer not available
The Department of Defense, specifically the Oklahoma Army National Guard, is seeking qualified contractors to provide Kids Camp Family Programs aimed at supporting the dependent children and youth of Service Members. The procurement will focus on delivering high-quality camp services for children aged nine to eighteen during the summer months, with an emphasis on promoting resilience and quality of life for military families. Interested parties are invited to submit capabilities statements detailing their experience, technical skills, and business classifications, with responses due by 8 am CST on April 21, 2025. For further inquiries, potential contractors can contact Contract Specialist MacKenzie Boyd at mackenzie.a.boyd.civ@army.mil or by phone at 405-228-5573.
RFP- Technical Sensory Training (Amend 1)
Buyer not available
The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command – Soldier Center (DEVCOM SC), is seeking proposals for a Firm-Fixed-Price contract to provide technical sensory training for military rations. The objective is to integrate ten new panel members into an existing sensory evaluation team and recalibrate current panelists to ensure consistent and statistically relevant assessments of military food supplies. This training is crucial for establishing a standardized evaluation process using a defined Sensory Bucket Lexicon, which will enhance the quality of military rations. Proposals are due by 0800 hours on April 28, 2025, and interested parties should contact Edmund Bousaleh at edmund.j.bousaleh.civ@army.mil or Lyndon Jagroop at lyndon.s.jagroop.civ@army.mil for further information.
GEN CLERK III
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for a General Clerk III position to support the Army Community Service's Family Advocacy Program at Fort Moore, Georgia. This non-personal services contract aims to enhance community-based prevention efforts addressing child and domestic maltreatment through essential administrative support, including data management and coordination of educational programs for military families. The contract has a total award amount of $12,500,000, with a performance period starting from September 28, 2025, to September 27, 2026, and includes four option years extending to 2030. Interested parties can contact Broderick Jenkins at broderick.d.jenkins.civ@army.mil or Charles T. Smith at charles.t.smith34.civ@army.mil for further details.