Process Improvement and Project Management Support
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 Navy's Bureau of Medicine and Surgery (BUMED) is soliciting proposals for Process Improvement and Project Management Support to enhance medical readiness and operational capabilities across Navy Medicine. This Firm Fixed Price (FFP) contract is a Women-Owned Small Business (WOSB) Program Set-Aside. Proposals are due April 21, 2026, at 9:00 AM (Philadelphia, PA Time).
Scope of Work
This opportunity requires support for Continuous Process Improvement (CPI), Project Management (PM), and Knowledge Management (KM). Key activities include:
- Performance Improvement (PI): Implementing Lean Six Sigma (LSS) and Get Real Get Better (GRGB) methodologies (e.g., DMAIC, DMADV, RIE) to analyze workflows, identify inefficiencies, and develop improvement strategies.
- Portfolio/Project Management: Maturing and standardizing portfolio and project functions, processes, and procedures, including establishing frameworks and enhancing tracking.
- Knowledge Management (KM): Developing solutions to automate administrative processes, improve efficiency, and reduce variation, including creating instructional materials and managing system structures.
Contract Details
- Contract Type: Firm Fixed Price (FFP).
- Period of Performance: A base period from June 1, 2026, to May 31, 2027, with two option periods extending the total performance to March 1, 2029.
- Set-Aside: Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15).
- Place of Performance: Primarily Falls Church, VA, with a 60% on-site requirement per location.
- Security Requirement: A Secret Level Facility Clearance (FCL) is required for the prime contractor at the time of submission; government sponsorship for FCL will not be provided.
- Staffing: Expected labor categories include Improvement Sciences Specialist (3), Program Manager (1), Six Sigma Master Black Belt (1), and Junior Six Sigma Black Belt (7).
- Travel: Anticipated travel not to exceed $25,000 per year for the base and Option Year I, and $18,750 for Option Year II.
Key Requirements & Deliverables
Bidders must demonstrate proficiency in Microsoft Office Suite, possess PMP certification, and hold Master Black Belt or Black Belt certification. Deliverables include Process Analysis Reports, Optimized Workflow Plans, Training Materials, Continuous Improvement Frameworks, and Portfolio Assessment Reports. Contractors must comply with HIPAA and PII/PHI regulations, requiring a Business Associate Agreement (BAA).
Submission & Evaluation
- Offer Due Date: April 21, 2026, at 9:00 AM (Philadelphia, PA Time).
- Submission Method: Email only. Hard copy submissions will not be accepted.
- Evaluation: A best value trade-off source selection process will be used. Evaluation occurs in two phases: Phase One for Security Clearance Verification (Secret Level) and Phase Two for Technical Evaluation. The non-price quote (Performance Approach and Past Performance) is more important than the price quote.
- Contractor Questions: The deadline for questions was March 30, 2026. Answers have been provided in an attachment.
Important Notes
Bidders must complete the Past Performance Information Form (PPIF) and utilize the provided Quote Breakdown Template for pricing. The solicitation includes numerous FAR and DFARS clauses.