Combined Sources Sought and Notice of Intent
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 Defense, Defense Human Resources Activity (DHRA) has issued a Combined Sources Sought and Notice of Intent for the Connect Program for Suicide Prevention. This market research aims to identify vendors capable of tailoring, expanding, and validating the existing program for the Department of War (DoW) and all Military Services. The government intends to negotiate and award a sole-source, firm fixed-price contract to Safeside Prevention LLC if no other qualified vendors are identified. Responses are due by April 6, 2026, 5:00 PM ET.
Scope of Work
The contractor will be responsible for:
- Tailoring, updating, expanding, and validating the existing Connect Program to align with DoW and Military Services values, language, and initiatives, while maintaining program fidelity.
- 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 broader and sustained program implementation and evaluation.
- Delivering program management support, including a Program Manager.
- 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
- Type: Sources Sought / Notice of Intent (potential Firm Fixed-Price sole-source contract).
- NAICS: 541611 (Administrative Management and General Management Consulting Services Research) with a $24.5M size standard.
- Period of Performance: A base period and two 12-month option periods, anticipated to begin on or about November 2, 2026.
- Place of Performance: Vendor's facility and various military installations.
- Response Due: April 6, 2026, 5:00 PM ET.
- Published: March 23, 2026.
Submission & Eligibility
This is not a solicitation; proposals are not being requested. Interested parties should submit an unclassified capability statement, limited to 5 pages, by the response date. The results of this market research will assist in determining the appropriate solicitation type (e.g., 8(a), SDVOSB, HUBZone, WOSB set-aside, or full and open competition). Firms must be registered in the System for Award Management (SAM).
Special Requirements
Key requirements include Section 508 compliance for all Electronic and Information Technology (EIT) deliverables, personnel security requirements (Tier 3 background investigations), adherence to Controlled Unclassified Information (CUI) handling procedures, and cybersecurity compliance with DoD Instructions and frameworks (RMF, FISMA, NIST). Mandatory training for contractor employees is also required.