Closed Solicitation · DEPT OF DEFENSE

    TRADOC SUPPORT STAFF SERVICES

    Sol. PANHCA25P0000008048Sources SoughtSet-aside: 8(a) Set-Aside (FAR 19.8)JBSA FT SAM HOUSTON, TX
    Closed
    STATUS
    Closed
    closed May 30, 2025
    POSTED
    May 23, 2025
    Publication date
    NAICS CODE
    541990
    Primary industry classification
    PSC CODE
    Q702
    Product & service classification

    AI Summary

    The U.S. Army Health Care Activity is seeking sources for Support Staff Services to assist the Training and Doctrine Command (TRADOC) at Fort Eustis, VA. This initiative aims to enhance medical readiness through the restructuring of the surgeon staff into three divisions. Interested parties must respond with their organizational details and capability statements. This opportunity is set aside for 8(a) businesses, and responses are for informational purposes only, not a solicitation.

    Contract details

    Solicitation No.
    PANHCA25P0000008048
    Notice Type
    Sources Sought
    Set-Aside
    8(a) Set-Aside (FAR 19.8)
    Posted Date
    May 23, 2025
    Response Deadline
    May 30, 2025
    NAICS Code
    541990AI guide
    PSC / Class Code
    Q702
    Issuing Office
    W40M USA HCA
    Primary Contact
    Nathaniel Trulove
    State
    TX
    ZIP Code
    78234-5074
    AI Product/Service
    service

    Description

    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.

    Key dates

    1. May 23, 2025Posted Date
    2. May 30, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    TRADOC SUPPORT STAFF SERVICES is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.