INTRODUCTION
The United States Army Health Care Activity, Health Readiness Contracting Office
(HRCO) is issuing this sources sought synopsis as a means of conducting market
research to identify parties having an interest in and the resources to support the
Training and Doctrine Command (TRADOC) requirement , Support Staff Services, 950
Jefferson Ave., Fort Eustis, VA. TRADOC requires additional medical operational (nonclinical)
staff support to its current organic medical structure to enable an extensive
medical readiness oversight across the TRADOC enterprise. This medical initiative will
be accomplished by restructuring the surgeon staff into three medical support divisions:
Support Division, Clinical Operational Division and a Medical Operations Division. The
Contractor shall coordinate, process and synchronize information, and data associated
within the three TRADOC Surgeon medical support divisions across the TRADOC
Enterprise to include the Headquarters Department of the Army (HQDA), DHA and the
OTSG. Travel primarily within Continental United States (CONUS) is approximately 10
percent of the time. All travel will require the approval of the Contracting Officer, or if
delegated to a Contracting Officer Representative (COR) and will be in accordance with
the Joint Travel Regulation (JTR).
BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET
RESEARCH, THIS REQUIREMENT SHALL BE DETERMINED AS AN 8(a) SET
ASIDE. Telephone inquiries will not be accepted or acknowledged, and no feedback or
evaluations will be provided to companies regarding their submissions.
DISCLAIMER
“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS
IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES
NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A
COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE
NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO
AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS
ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS
ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO
THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES
WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO
THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE
REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR REQUEST
FOR PROPOSAL (RFP), IF ANY ISSUED. IF A SOLICITATION IS RELEASED,
IT WILL NOT BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF
ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO
MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO
THIS REQUIREMENT.” The Government is not committed nor obligated to pay
for the information provided, and no basis for claims against the Government shall
arise as a result of a response to this Sources Sought.
REQUIRED CAPABILITIES
If your organization has the potential capacity to perform these contract services,
please provide the following information:
1) Organization name, POC, address, email address, Web site address, telephone
number, and size and type of ownership for the organization; and
2) Tailored capability statements addressing the particulars of this effort, with
appropriate documentation supporting claims of organizational and staff capability. If
significant subcontracting or teaming is anticipated to deliver technical capability,
organizations should address the administrative and management structure of such
arrangements.
The Government will evaluate market information to ascertain potential market
capacity in ways to: 1) provide services consistent, in scope and scale, with those
described in this notice and otherwise anticipated; 2) secure and apply the full range of
corporate financial, human capital, and technical resources required to successfully
perform similar requirements; 3) implement a successful project management plan that
includes: compliance with tight program schedules; cost containment; meeting and
tracking performance; hiring and retention of key personnel and risk mitigation; and 4)
provide services under a performance based service acquisition contract; 5) Gain
knowledge of common business practices for the specified requirement; 6) Obtain
feedback regarding feasibility of the described requirement (challenges, limitations,
costs, etc.)
ELIGIBILITY
The applicable NAICS code for this requirement is 541990 with a Small Business Size
Standard of $19.5M. The Product Service Code is Q702 You are encouraged to
respond; however, each respondent must be registered in sam.gov in their capabilities
statement. The United States Army Health Care Activity, Health Readiness
Contracting Office (HRCO) is seeking industry information and comments from
sources with capabilities to perform the contract and with relevant experience in
providing services necessary to perform services of the nature and scope described in
this DRAFT PWS. Interested parties shall complete and submit the Capability
Statement, attached Market Research Questionnaire and Experience Reporting
Form to the government. Interested parties can also use the questions templates for
any questions you have on the draft Performance Work Statement.
ADDITIONAL INFORMATION AND SUBMISSION DETAILS
1) Attached Market Research Questionnaire
2) Attached Experience Reporting Form
3) Capabilities Statement: This documentation must address at a minimum the
following items:
a.) What type of work has your company performed in the past to support same or
similar requirement?
b.) Can or has your company managed a task of this nature? If so, please provide
details.
c.) Can or has your company managed a team of subcontractors before? If so,
provide details.
d.) What specific technical skills does your company possess which ensure
capability to perform the tasks?
e.) Please note that under an 8(a) Set-Aside, in accordance with FAR 52.219-14,
the small business prime must perform at least 50% of the work themselves in
terms of the cost of performance. Provide an explanation of your company’s ability
to perform at least 50% of the tasking described in this PWS for the base period
as well as the option periods.
f.) Provide a statement including current small/large business status and company
profile to include number of employees, annual revenue history, office locations,
EIN, Cage Code, etc.
g.) Include in your response your ability to meet the requirements as stated in the
PWS.
This will be a Firm Fixed Price (FFP) award, and the estimated period of performance
will consist of 5 Ordering Periods o f performances, commencing on 1 February 2026.
RESPONSE: Interested parties are requested to submit a capabilities statement to
include their teaming partner/subcontractor of no more than fifteen (15) pages in length in
Ariel font of not less than 10 pitch. The capability statement will specifically address
Section 5 requirements of the PWS. The deadline for response to this request is no
later than 2 pm, Central Daylight Time, 30 May 2025. All responses to this Sources
Sought, including any capabilities statement, shall be electronically emailed in either
Microsoft Word or Portable Document Format (PDF), to Monica Perkins, Contract
Specialist, nathan.w.trulove.civ@health.mil, and copy Catherine-Tehila Johnson,
Contracting Officer, catherine-tehila.o.johnson.civ@health.mil.
All data received in response to this Sources Sought that is marked or designated
as corporate or proprietary will be fully protected from any release outside the
Government.
No phone calls will be accepted. All questions must be submitted to the contract specialist and contracting officer
identified above.
Attachments
1) Draft Performance Work Statement (PWS) (includes Personnel Qualifications
Description)
2) Market Research Questionnaire
3) Experience Reporting Form
4) Questions Template
DISCLAIMER: DO NOT SUBMIT A NARRATIVE, PROPOSAL, BROCHURES, OR
ANY ADDITIONAL INFORMATION.