Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2009 FBO #2673
SOLICITATION NOTICE

G -- Warrior Wellness Program

Notice Date
3/20/2009
 
Notice Type
Modification/Amendment
 
NAICS
624310 — Vocational Rehabilitation Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-09-R-0018
 
Archive Date
4/20/2009
 
Point of Contact
Joseph R Daum,, Phone: 813-282-8795 x6110
 
E-Mail Address
daumj@socom.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The United States Special Operations Command (USSOCOM) intends to issue a solicitation within the next thirty (30) days for a Warrior Wellness Program to improve the Special Operations Wounded Warrior recovery outcome by early introduction of casualty mentors and providing awareness regarding motivating activities available that boost their confidence and self esteem to better compete for wounded warrior friendly employment opportunities developed through community outreach and employment network development. This is a Pre-Solicitation announcement only. Unless otherwise stated herein, no additional written information is available, and no formal requests for proposal (RFP) or other solicitation regarding this announcement is currently available. Requests for the same will be disregarded. GENERAL INFORMATION: A solicitation 100% set-aside for Service Disabled Veteran Owned Small Business is being considered by the Government. However, no formal acquisition strategy decision has been made at this time. The anticipated period of performance of the program would begin upon contract award in the forth quarter of FY 2009 and run for a twelve month period. It is envisioned that a contract would be established at time of initial award allowing four (4) additional option periods in the contract. The anticipated period of performance, inclusive of all options would be from time of contract award through five (5) years. Any resulting solicitation will call for a Contractor to design, develop, and implement a Warrior Wellness Program addressing the following: Mentorship Program: Develop confidence in hospitalized, but stable casualties and their families by increasing recuperation process awareness and hope in the future through long-term positive relationships with mentors of similar injuries. Wellness: Increase the wounded warrior's, families', and hospital staff's awareness of existing quality of life programs through distribution of information and by collaborating with medical treatment facility therapy centers. Community Outreach: Educate community leaders, businesses, and civic organizations where casualties transition on specific interests and needs of returning wounded warriors to establish a solid foundation for casualty's reintegration into the community. Resource Networks: Develop a community resource network to capitalize on the success of the mentorship, wellness, and community outreach programs. The Contractor shall also provide access to employment opportunities and community resources further enhancing the special operations wounded warrior's recovery outcome. Operational Health Advanced Training Program: Provide a program to improve the physical and mental abilities of the wounded warriors returning to active duty with personalized military/tactical performance training in order to give them additional tools to succeed within the military environment. Advocacy: Educate wounded warriors on available benefits/resources, and interact with Government agencies on their behalf in order to optimize their benefits. The overall performance objectives include, but are not limited to: a. Severely injured casualties and families verbalize a greater understanding of the recovery "way-ahead" and demonstrate improved recovery rate due to mentor support. b. Greater casualty involvement in outside activities that have been facilitated through Warrior Wellness Program. c. A recognized decrease in unemployment rate of casualties leaving military service. The Contractor shall have the ability to provide support identified at various locations within the United States as directed by the Government. However, it is anticipated that the primary place of performance will be at the Walter Reed Medical Center in Washington D.C. The secondary place of performance is anticipated to be Brooke Army Medical Center located at Fort Sam Houston, TX. Potential sources must possess an active Facility Clearance (FCL) or be eligible to obtain an FCL at the SECRET level. This procurement is 100% set-aside for Service Disabled Veteran Owned Small Business. Questions concerning this pre-solicitation announcement may be directed to Contracting Officer Dr Joseph R Daum, email daumj@socom.mil phone 813-282-8795 ext.6110.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ef88295b13700446b87b77445be50690&tab=core&_cview=1)
 
Place of Performance
Address: 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621, United States
Zip Code: 33621
 
Record
SN01774667-W 20090322/090320221342-ef88295b13700446b87b77445be50690 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.