DSPO Connect Program for Suicide Prevention
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 Defense Human Resources Activity (DHRA) is conducting a Sources Sought for the DSPO Connect Program for Suicide Prevention. This market research aims to identify vendors capable of tailoring, expanding, and validating an existing suicide prevention program for the Department of War (DoW) and all Military Services. The government also issued a Notice of Intent to potentially award a sole-source contract to Safeside Prevention LLC if no other qualified vendors are found. Capability statements are due April 6, 2026.
Opportunity Details
- Agency: DEPT OF DEFENSE / DEFENSE HUMAN RESOURCES ACTIVITY
- Title: DSPO Connect Program for Suicide Prevention
- Type: Sources Sought / Notice of Intent to Sole Source
- Product Service Code: R425 (Engineering And Technical Services)
Scope of Work
The selected contractor will be responsible for:
- Tailoring, updating, expanding, and validating the existing Connect Program, an evidence-based suicide prevention program, to align with DoW and Military Services values, language, and initiatives.
- Validating the updated program and its implementation strategy with approximately 400-600 DoW personnel.
- Evaluating participant engagement, skill adoption, group cohesion, and implementation quality.
- Providing recommendations for sustained program implementation and evaluation.
- Delivering program management support, including a Program Manager as a Point of Contact.
- Developing and submitting various deliverables such as a Project Charter, Project Plan, Monthly Status Reports, environmental scans, updated program reports, and evaluation reports.
Contract & Timeline
- Anticipated Contract Type: Firm Fixed Price (if sole-sourced)
- Anticipated Period of Performance: Base period and two 12-month option periods, beginning on or about November 2, 2026.
- Place of Performance: Vendor's facility and various military installations.
- Set-Aside: None specified for this Sources Sought; market research will determine future solicitation type (e.g., 8(a), SDVOSB, HUBZone, WOSB set-aside, or full and open competition).
- Response Due: April 6, 2026, 5:00 PM ET
- Published: March 23, 2026
Submission Requirements
Interested parties should submit an unclassified capability statement, limited to 5 pages, by the due date. This is for market research only; proposals are not being requested, and unsolicited proposals will not be accepted.
Evaluation / Intent
Responses will assist the government in determining industry capabilities and the appropriate solicitation strategy for the Connect Program. The government intends to negotiate and award a sole-source contract to Safeside Prevention LLC if the Sources Sought does not identify other vendors capable of performing the requirements. Safeside Prevention LLC is identified as a sublicensee for the Connect Program.
Special Requirements & Notes
- All Electronic and Information Technology (EIT) deliverables must be Section 508 compliant.
- Personnel security requirements include background investigations (Tier 3 or equivalent).
- Handling of Controlled Unclassified Information (CUI) requires specific safeguarding procedures.
- Cybersecurity compliance with DoD Instructions and frameworks (RMF, FISMA, NIST) is mandatory.
- Contractor employees must complete mandatory training within 30 days of contract award.
- No Government Furnished Property/Equipment/Information (GFP/GFE/GFI) will be provided.
- The proposed NAICS code is 541611 (Administrative Management and General Management Consulting Services Research) with a size standard of $24.5M.
- Interested parties must be registered in the System for Award Management (SAM).