Army Transition Assistance Program Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army, Mission Installation Contracting Command (MICC) Fort Knox, has released a draft solicitation for Army Transition Assistance Program (TAP) Services. This Special Notice aims to engage industry early and gather valuable insights from potential offerors to refine the requirement for a future formal Request for Proposal (RFP). This is not a formal solicitation, and no contract will be awarded based on responses to this draft. The opportunity is designated as an 8(a) Set-Aside (FAR 19.8).
Purpose & Scope
The objective is to provide comprehensive, professional TAP services to eligible U.S. Army Service Members, ensuring they meet mandated Career Readiness Standards (CRS) for a successful transition to civilian life. Services include Congressionally and Army-mandated transition assistance, tailored support, curriculum delivery, and documentation in the government's system of record. Specific services encompass Individualized Initial Counseling (IIC), Pre-Separation Briefings, Career Skills Programs (CSP), Financial Counseling, Education Counseling, Resume Counseling, and Capstone Counseling. The scope also includes operating a 24/5 TAP Virtual Center, providing IT support for the TAP Database System of Record, developing Strategic Communications and Marketing plans, managing local customer service, data entry, records management, and conducting program analytics.
Services are expected to be delivered across various CONUS and OCONUS military installations, as well as through a Virtual Center, as detailed in Technical Exhibit D. The estimated workload includes up to 100,000 clients annually, with significant monthly phone and email volumes.
Key Requirements & Performance Standards
The draft outlines detailed performance requirements and standards, including:
- Personnel Qualifications: Specific education, experience, and certifications (e.g., PMP, PgMP for Program Managers; professional certifications for Financial Counselors) for key roles.
- Service Delivery: Adherence to prescribed synchronous and asynchronous delivery methods for TAP services based on client tiers and ranks.
- Performance Metrics: High compliance rates for deliverables (95%), key personnel vacancy (95%), walk-in service (98% within 15 minutes), one-on-one counseling (98% within 15 business days), case management, financial/Capstone counseling, and virtual center operations.
- Operational Framework: Contractor staff must be thoroughly familiar with the Site Management Manual (SMM) covering administrative and operational control, roles/responsibilities, and detailed procedures for all TAP processes.
- Deliverables: A comprehensive schedule of required deliverables, their frequency, format, and submission points.
Contract Details (as envisioned in draft)
- Contract Type: Firm Fixed Price (FFP) for base and option periods.
- Period of Performance (Ordering): Anticipated from July 1, 2026, through December 31, 2031.
- NAICS Code: 624310 (Other Professional Services) with a $15,000,000.00 size standard.
Feedback & Response Details
- Feedback Due Date: May 20, 2026, by 6:00 PM ET.
- Submission: Interested parties are encouraged to review the draft RFP and all attachments and provide feedback and comments via email to the Contracting Officer, Katie Paben (katie.e.paben.civ@army.mil), AND the Contract Specialist, Samara Johnson (samara.e.johnson.civ@army.mil).
- Important Note: This draft solicitation does not constitute a request for proposals. Any proposals submitted will not be accepted, opened, or reviewed. The Government reserves the right to issue, or not issue, and/or revise the formal solicitation following this draft and any feedback received. Dates mentioned in the draft solicitation will be updated at the issue of a formal solicitation.
Evaluation (as envisioned in draft for future formal RFP)
Award is anticipated to follow a Lowest Priced Technically Acceptable (LPTA) process. Evaluation factors would include Technical (Management Approach, Corporate Experience, Data Analysis Capability, Integrated Service Delivery), Past Performance, and Cost/Price.