Integrated Behavioral Health Services

SOL #: W9124225Q0079Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W7NS USPFO ACTIVITY NC ARNG
RALEIGH, NC, 27607-6412, United States

Place of Performance

Raleigh, NC

NAICS

Offices of Mental Health Practitioners (except Physicians) (621330)

PSC

Social Work (Q528)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)

Timeline

1
Posted
May 12, 2025
2
Last Updated
Dec 3, 2025
3
Submission Deadline
Jun 12, 2025, 8:00 PM

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.

The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary, except as specified in Paragraph 3.0 as Government Furnished, to perform Integrated Behavioral Health System (IBHS) Services for members of the North Carolina Reserve Component Service members and their dependents, as defined in the attached PWS.

Last day to present Questions: 2 June 25

1. Q. Is there an incumbent? A. W9124220P0084 Compass Medical Provider LLC (61UK6)

2. Q: Attachment 6 LoE.  Can the Government please clarify what is meant in column H by “Non-Payroll taxed fringe benefits” and “Taxed Fringe Benefits”?  A: Please consult with www.irs.gov for the most up-to-date information for tax laws regarding fringe benefits.

3. Q:  In which volume should offerors include paragraph (c) of FAR clause 52.212-3? A: All firms shall respond to 52.212-3 via www.sam.gov registration; if presenting as a JV please identify so clearly throughout offer. 

4. Q:  Do cover pages or tables of contents count toward the 6-page maximum for the technical capability volume? No.

5. Q:  Will JV offerors be required to count the completed paragraph (c) of FAR clause 52.212-3 as part of the 6-page maximum for the technical capability? A: No; all firms will respond to 52.212-3 via www.sam.gov registration which remains separate from the technical volume.

6. Q: Will the Gov't exclude a Title page, Table of Contents page, and Cover Letter/Introduction page from the maximum page allowance? A: Yes

7. Q: Can the Gov't clarify if the 3 sections (Pricing, Technical, Past performance) should be submitted in 3 separate volumes, or may we submit 1 volume with all 3 parts? A: 3 Volumes

8. Q: Will the Gov' clarify what it means by the term “approx.”? Is it the approximate number of pages or the approximate font type and size? A: “approx.” refers to the font type and size

9. Q: Are the 2 pages stated as the maximum for Past Performance the limits for the total Past Performance narrative or is it two pages per citation? A: 2 pages maximum for the volume

10. Q: The WDs  include EO 14026. This was revoked on 14 March 2025. As a result, federal contractors are no longer required to adhere to the wage mandates established by EO 14026. Instead, they must comply with the minimum wage requirements set forth in EO 13658, which currently sets the federal contractor minimum wage at $13.30 per hour.  In light of this change, will the Gov't update the Wage Determinations accordingly by removing EO 14026 references to ensure compliance with current federal guidance? A: The revocation is recognized; however, we do not have the ability to manipulate published wage decisions. Offerors are to comply with current DOL law, recognizing all revocations not yet reflected in the WD. 

11. Q: Does the Gov't anticipate any mission changes that would necessitate increasing or decreasing the current labor mix? A: Not currently

12. Q: Can the offeror submit past performance from a major subcontractor (25% or more workshare)? A: Yes; please identify as such.

13. Q: Given the challenging nature of the performance location, would the Gov't consider requiring offerors to submit at least one past performance reference for each proposed major subcontractor? A: No, this will not become a requirement.

14. Q: Will the Government consider requiring a Letter of Commitment or Statement of Commitment from all teaming partners or subcontractors? Yes; requirement was added to the technical section.

15. Q. Clarification requested regarding the number of option years; discrepancy identified in the attachments. A: Base plus 3 option years and 52.217-8; admin error updated. 

16. Q: Is the labor mix by locations listed in the PWS the current labor mix being used to provide services under the current contract? (11 total staff covering 8 locations). A: Yes

17. Q: The PWS states that personnel must hold a valid North Carolina license. However, as this is a Non-Personal Services Contract and services will be performed on federal property, will the Government accept providers holding an active, unrestricted license from any U.S. state or territory, in accordance with standard federal contracting practice? A: Clinicians are scheduled to be on-call for the 24/7 Helpline; during these times the clinicians are not always located on federal property and as such must hold a NC license.

18. Q: How do we submit an RFI? A: Questions/RFIs will be accepted through 2 June 25 via email to the POC listed.  

19. Q: How do we submit our proposal? A: Via email to the POC listed; if no receipt confirmation is received within 24 hours. POC will acknowledge receipt via email typically within 24 hours.

20. Q: Is Section 2.2 missing, or was there a numbering error? A: Numbering error; 2.3 was renamed to 2.2 (see 21 May 25 update to synopsitation)

21. TECHNICAL PAGE LIMIT HAS BEEN INCREASED FROM 6 TO 10; PLEASE SEE SYNOPSITATION updated 22 May 25

22. Error has been id'd within the stated size standard. Synopsitation has been updated 22 May 25 to reflect current size standard of $9M.

23. Synopsitation has been updated 27 May 25 to delete relative order of importance, allowable per FAR 13.106-1

24. QIf an agency does not currently hold the 8(a) set-aside designation, but meets all the necessary requirements for 8(a) status, would it still be ineligible for consideration under that set-aside? A: Reference synopsitation 52.212-1 Addendum 2.1 (b)(vi). 

25. Q: Are all the positions currently filled, for all locations? A: No, the Charlotte/Lenoir position is currently open

26. IAW Section 2.1(b)(iii) of the solicitation, we understand the requirement to provide brief summaries of qualifications and experience for proposed personnel. Do these summaries need to be for each position or can they be more general in nature? A: Each position

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 27
Combined Synopsis/Solicitation
Posted: Dec 3, 2025
View
Version 26
Combined Synopsis/Solicitation
Posted: Dec 3, 2025
View
Version 25
Combined Synopsis/Solicitation
Posted: Dec 3, 2025
View
Version 24
Combined Synopsis/Solicitation
Posted: Jun 16, 2025
View
Version 23
Combined Synopsis/Solicitation
Posted: Jun 12, 2025
View
Version 22
Combined Synopsis/Solicitation
Posted: Jun 11, 2025
View
Version 21
Combined Synopsis/Solicitation
Posted: Jun 9, 2025
View
Version 20
Combined Synopsis/Solicitation
Posted: Jun 4, 2025
View
Version 19
Combined Synopsis/Solicitation
Posted: Jun 3, 2025
View
Version 18
Combined Synopsis/Solicitation
Posted: Jun 3, 2025
View
Version 17
Combined Synopsis/Solicitation
Posted: May 30, 2025
View
Version 16Viewing
Combined Synopsis/Solicitation
Posted: May 30, 2025
Version 15
Combined Synopsis/Solicitation
Posted: May 29, 2025
View
Version 14
Combined Synopsis/Solicitation
Posted: May 28, 2025
View
Version 13
Combined Synopsis/Solicitation
Posted: May 27, 2025
View
Version 12
Combined Synopsis/Solicitation
Posted: May 22, 2025
View
Version 11
Combined Synopsis/Solicitation
Posted: May 22, 2025
View
Version 10
Combined Synopsis/Solicitation
Posted: May 21, 2025
View
Version 9
Combined Synopsis/Solicitation
Posted: May 21, 2025
View
Version 8
Combined Synopsis/Solicitation
Posted: May 21, 2025
View
Version 7
Combined Synopsis/Solicitation
Posted: May 19, 2025
View
Version 6
Combined Synopsis/Solicitation
Posted: May 19, 2025
View
Version 5
Combined Synopsis/Solicitation
Posted: May 19, 2025
View
Version 4
Combined Synopsis/Solicitation
Posted: May 14, 2025
View
Version 3
Combined Synopsis/Solicitation
Posted: May 13, 2025
View
Version 2
Combined Synopsis/Solicitation
Posted: May 12, 2025
View
Version 1
Combined Synopsis/Solicitation
Posted: May 12, 2025
View