Exceptional Family Member Program (EFMP) Respite Care Providers (RCPs)
ID: W9124J-25-R-EFMPType: Sources Sought
Overview

Buyer

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

NAICS

Home Health Care Services (621610)

PSC

SUPPORT- MANAGEMENT: OTHER (R799)
Timeline
    Description

    The Department of Defense, specifically the Army, is soliciting proposals for the Exceptional Family Member Program (EFMP) Respite Care Providers, aimed at supporting military families with members who have disabilities. The contract seeks to provide temporary respite care services, allowing caregivers a much-needed break while ensuring quality care for their dependents. This initiative is crucial for enhancing the well-being of military families, particularly in high-cost areas identified in the accompanying documentation. Interested small businesses must submit their proposals electronically by April 30, 2025, with a total estimated contract value of $16 million, and are encouraged to direct inquiries to Tim Hallahan or Ralph M. Bowie via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    This document serves as an addendum to FAR 52.212-1, outlining the proposal submission process for the EFMP Respite Care Provider Services, with a submission deadline of April 30, 2025. Proposals must be submitted electronically to designated officials and include the submission of questions/comments by April 24, 2025. The evaluation method will be Lowest Price Technically Acceptable (LPTA), emphasizing that proposals should comply with RFP requirements to avoid disqualification. Proposals must contain three volumes: Technical Capability, Past Performance, and Cost/Price, each with specific formatting guidelines and page limitations. The Technical Volume should demonstrate the offeror's understanding of the requirements, notably staffing, management, and operational approaches. The Past Performance Volume must provide relevant experience over the last five years, while the Cost/Price Volume requires detailed labor categories and rates but will be evaluated without scoring. Responsive and clear information is essential, as ambiguities in the submission could lead to rejection. Offerors are encouraged to present their best proposal upfront, as contract awards will likely be finalized without further discussion. This addendum emphasizes the structured approach needed for government contracts, ensuring that all aspects align with established federal procurement regulations.
    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.
    The document outlines the evaluation criteria for a government contract related to the provision of EFMP Respite Care Provider Services. The contract award will be given to the lowest priced technically acceptable proposal, emphasizing that all proposals must receive an "Acceptable" rating in non-price factors to be considered. Key evaluation factors include technical staffing and management capabilities, operational management efficiency, past performance history, and cost/price analysis. Specific requirements for staff qualifications are detailed, including years of relevant experience, educational background, and specialized training in respite care for individuals with special needs. Furthermore, the evaluation assesses operational management plans, including service continuity strategies and methods for screening care providers. Past performance will be evaluated using data from previous contracts and the Contractor Performance Assessment System. Ultimately, the Government aims to ensure high-quality service delivery while maintaining cost-effectiveness, making this evaluation an integral part of managing government contracts effectively.
    The Performance Work Statement (PWS) outlines a contract to provide Respite Care Services through the Exceptional Family Member Program (EFMP) for families with members who have disabilities. This program aims to offer temporary rest for caregivers, with services provided in various approved locations. Families can receive a set number of hours per month based on eligibility levels, specifically for direct care, excluding tasks related to routine household chores or transportation. The document details the responsibilities of the Contractor, including maintaining a supply of qualified Respite Care Providers (RCPs) who meet strict credentialing requirements, conducting thorough background checks, and ensuring compliance with Army regulations. Additionally, it emphasizes quality control measures and requires the Contractor to submit regular reports on service utilization and customer satisfaction. The contract's performance period consists of one base year with four optional additional years. Key personnel require certain educational backgrounds and experience working with military families and special needs. Overall, the PWS demonstrates a commitment to providing essential support for military families while safeguarding the welfare and safety of individuals receiving care.
    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.
    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.
    The document outlines a solicitation for a contract related to the Exceptional Family Member Program / Respite Care Program issued by the U.S. government specifically for Women-Owned Small Businesses (WOSB). The primary purpose is to acquire commercial products and services over a contract duration from May 14, 2025, to May 13, 2026, with an estimated value of $16 million. Key positions required include Program Managers, Regional Coordinators, and various levels of Respite Care Providers, with detailed service hours specified for each role. Payment will follow standard federal protocols, enforced by the incorporation of various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. The solicitation emphasizes the need for compliance with government regulations and requirements, ensuring effective service delivery. Overall, the solicitation is a strategic initiative to enhance support for military families, focusing on inclusivity through the WOSB designation and facilitating detailed procurement processes within the federal structure.
    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.
    The document is a comprehensive list of U.S. military installations along with their respective states, counties, and associated identifier numbers. It highlights specific installations designated as high-cost areas, as indicated by the "YES" designation in the last column. The locations span various states, including notable sites such as Fort Bliss in Texas, Fort Detrick in Maryland, and Joint Base Lewis-McChord in Washington. The list serves as a reference for federal grants and RFPs, facilitating access to critical infrastructure while identifying areas of significant financial investment. The inclusion of various Army depots, Air Force bases, and joint bases reflects their strategic importance in national defense and support operations. This document aids in understanding how resources may be allocated in high-cost areas, informed by geographic distribution of these military facilities.
    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.
    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.
    Similar Opportunities
    Wounded Warrior Outreach and Resource Support Services-Request for Proposal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the Wounded Warrior Outreach and Resource Support Services under Request for Proposal (RFP) M0026426R0001. The contractor will be responsible for providing comprehensive outreach and resource support services to approximately 35,000 wounded, ill, and injured Marines, Sailors, veterans, and their families, including program management, call center support, and field service support across various locations. This initiative is crucial for ensuring effective non-medical case management and resource advocacy, emphasizing strict adherence to privacy and confidentiality protocols. Interested parties must submit their proposals by the extended deadline, with inquiries directed to Bradley Hoover at bradley.hoover@usmc.mil or Cynthia Guthridge at cynthia.guthridge@usmc.mil.
    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.
    R418--Caregiver Support Program Financial and Legal Services (CSP-FLS) (VA-25-00004108)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the Caregiver Support Program Financial and Legal Services (CSP-FLS) under solicitation number 36C10X26R0001. This procurement aims to provide comprehensive financial and legal services to Primary Family Caregivers enrolled in the Program of Comprehensive Assistance for Family Caregivers (PCAFC), including services such as estate planning, debt management, and educational webinars. The contract will be awarded as a single firm-fixed price and time and materials agreement, with a base period of 12 months and four optional 12-month periods, emphasizing compliance with HIPAA and specific professional credentials. Interested parties must submit their proposals by January 8, 2026, at 10:00 AM Eastern Time, and can direct inquiries to Contract Specialist Brian Kadel at Brian.Kadel@va.gov or 240-215-1653.
    OFF BASE PRIORITY CHILD CARE REFERRALS
    Dept Of Defense
    Solicitation DEPT OF DEFENSE is requesting pricing for childcare services in Colorado Springs, CO. The services will consist of referring childcare slots to off-base facilities to support the mission needs of PSFB. Multiple blanket purchase agreements will be established with approved vendors. Families can request care through militarychildcare.com, following the DoD priority system. Only written quotes will be accepted.
    Troop Appliance Maintenance and Repair (TAMR)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Troop Appliance Maintenance and Repair (TAMR) contract at Joint Base Lewis-McChord (JBLM), Washington. This procurement involves providing non-personal services for the maintenance, repair, installation, and disconnection of appliances, as well as dryer duct and vent system cleaning for Unaccompanied Housing facilities. The contract, valued at approximately $19 million, will span from November 1, 2025, to March 31, 2030, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Scott Byrd or Jason McCormick via the provided contact information.
    USSF Hiring Events
    Dept Of Defense
    The Department of Defense, specifically the Air Force District Washington (AFDW), intends to award a Sole Source contract to Recruitmilitary, Inc. for the purpose of enhancing outreach efforts to military veterans and transitioning service members regarding employment opportunities with the United States Space Force (USSF). This initiative is crucial for connecting veterans and their families with current and future job prospects within the USSF, thereby supporting their transition into civilian employment. The contract will be executed under Simplified Acquisition Procedures, and interested parties may submit their interest and product information by 4:30 PM E.S.T on December 19, 2025, via email to the primary and secondary contacts provided: Eric L. Moss at eric.moss.3@us.af.mil and Loverna Johnson at loverna.johnson.ctr@us.af.mil.
    MIFI Service for USAHRC & SFLTAP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking services related to the MIFI (Mobile Internet for Families Initiative) for the U.S. Army Human Resources Command (USAHRC) and the Soldier for Life Transition Assistance Program (SFLTAP). The procurement aims to provide IT and telecom network services, as detailed in the attached Justification for Exception to Fair Opportunity (JEFO). These services are crucial for enhancing connectivity and support for transitioning soldiers and their families. Interested vendors can reach out to Tonia Jackson at tonia.k.jackson.civ@army.mil or JoDeen M. Cuffe, the Contracting Officer, at jodeen.m.cuffe.civ@army.mil for further information regarding this opportunity.
    Biomedical Research Application Evaluation and Support Services (BRAES)
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking information regarding Biomedical Research Application Evaluation and Support Services (BRAES) as part of a market research initiative. The objective is to support the Congressionally Directed Medical Research Programs (CDMRP) by managing biomedical research funding, which includes a two-tier review process and the development of a Quality Control Plan. This opportunity is crucial for ensuring the integrity and efficiency of the application evaluation process, utilizing government-furnished systems for application processing and award management. Interested parties must submit their responses to the Request for Information (RFI) by 12:00 p.m. Eastern Time on December 15, 2025, to Ms. Deanna S. Moose at deanna.s.moose.civ@health.mil, adhering to the specified guidelines and page limits.
    TRICARE Medicare Eligible Program Second Generation (TMEP2) Draft RFP
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking industry feedback on the draft Request for Proposal (RFP) for the TRICARE Medicare Eligible Program Second Generation (TMEP2), which aims to provide claims processing and customer support services for beneficiaries eligible for both Medicare and TRICARE. The contractor will be responsible for ensuring accurate and timely claims processing, comprehensive customer service, and compliance with federal regulations, while managing a high volume of claims, which historically ranges from 58 million to 59 million annually. Interested parties are encouraged to submit comments and questions regarding the draft requirements by using the provided Excel response template, with electronic submissions due to the primary contact, Kristin Moore, at kristin.m.moore13.civ@health.mil, and secondary contact, Addison Sexton, at addison.t.sexton.civ@health.mil. The government plans to conduct an industry day for all interested parties, and further information will be posted on www.sam.gov.
    Defense Health Agency Data Governance Transforming the Data Landscape: A Strategic Imperative for Modern Healthcare in Support of Military Readiness
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking proposals from qualified small businesses to provide contractor support for advancing enterprise data readiness and governance within the Military Health System. The primary objectives include developing a comprehensive baseline data inventory, establishing a centralized metadata repository, conducting an Analysis of Alternatives for an enterprise data catalog, and implementing automated metadata harvesting tools to enhance data accessibility and usability. This initiative is crucial for improving decision-making and operational efficiency in military healthcare, with a total contract value of $34 million and a performance period from January 30, 2026, to January 29, 2027, with options for additional 12-month periods. Interested parties should direct inquiries to Linda M. Walker or Andrea V. Rivas via email, and proposals must be submitted electronically by January 9, 2026.