Employee Assistance Program & Work-life Services for USACE

SOL #: W912HQ26S0025Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W4LD USA HECSA
ALEXANDRIA, VA, 22315-3860, United States

Place of Performance

Place of performance not available

NAICS

Other Individual and Family Services (624190)

PSC

Other Medical Services (Q999)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 10, 2025
2
Last Updated
Apr 21, 2026
3
Submission Deadline
Apr 23, 2026, 9:00 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.

Quick Summary

The U.S. Army Corps of Engineers (USACE) is soliciting proposals for Employee Assistance Program (EAP) & Work-life Services under a 100% Small Business Set-Aside. This requirement is for a Firm-Fixed-Price (FFP) Single Award Task Order Contract (SATOC) to provide comprehensive support to USACE civilian employees, their dependents, and household members. Proposals are due April 23, 2026, at 5:00 PM ET.

Purpose & Scope

The objective is to provide non-personnel EAP and Work-life services, empowering employees to resolve personal problems impacting work performance and to balance professional and personal lives. Services include confidential consultation, counseling (up to six sessions per issue), personalized searches and referrals, web-based resources (online library, self-assessment tools, online chat), critical incident support, promotional materials, and wellness educational seminars. The program also covers management and organizational services, emergency services, retiree EAP, work-life services (e.g., child/adult care, academics, health/wellness, legal/financial), and Drug-Free Workplace services. Performance standards require 85% of calls answered within 30 seconds and initial appointments within 7 days for non-urgent cases or 24 hours for urgent situations.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP) Single Award Task Order Contract (SATOC). The contract will be hybrid, utilizing FFP CLINs for core services and Labor-Hour or Time & Materials (T&M) CLINs for surge requirements.
  • Ordering Period: Five years, commencing May 9, 2026.
  • Minimum Guarantee: $25,000.
  • Maximum Order: $4,376,000.
  • Place of Performance: Primarily contractor-provided office space throughout the U.S.
  • Set-Aside: 100% Small Business Set-Aside.
  • NAICS Code: 624190, "Other Individual and Family Services," with a $16M size standard.
  • Key Requirements: Offerors must be actively registered in SAM.gov. The contract includes clauses for telecommunications equipment (FAR 52.204-24, DFARS 252.204-7017) and requires medical liability insurance ($1M per occurrence, $3M aggregate) per FAR 52.237-7. Key personnel must meet specific qualifications, and strict security requirements apply.

Submission & Evaluation

  • Proposals Due: April 23, 2026, 5:00 PM ET.
  • Questions Due: April 17, 2026, 5:00 PM ET.
  • Submission Method: Email to the Contracting Officer or Contract Specialist.
  • Offer Format: Proposals must be submitted in three separate volumes:
    • Volume I (Technical Proposal): Max 30 pages (20 pages excluding resumes), demonstrating understanding of the PWS, approach for EAP/Work-life services, management approach, staffing plan, and key personnel resumes.
    • Volume II (Provider Network and End User Experience): Max 10 pages, describing counselor network management and web-based resources.
    • Volume III (Past Performance): Max 16 pages (excluding CPARS/PPQ forms), including up to three relevant contracts, completed Performance Assessment Questionnaires, and project narratives.
    • Volume IV (Price Proposal): Includes a completed CLIN Structure and proposes a firm-fixed price per person for each ordering year.
  • Evaluation Criteria (Tradeoff/Best Value): Award will be made to the most advantageous proposal. Evaluation factors are: (1) Technical Approach and Program Management, (2) Provider Network and End User Experience, (3) Past Performance, and (4) Price. Non-price factors (1, 2, and 3 combined) are significantly more important than price. Factor 1 is more important than Factor 2, and Factor 2 is more important than Factor 3. The Government intends to award without discussions.

Additional Notes

An Excel spreadsheet detailing USACE Year 1 Population Data (total 16,411 across various Districts/Centers) is provided to help bidders understand the scope. A Small Business Subcontracting Plan template is also available, which may be required for contracts exceeding $750,000.

People

Points of Contact

Files

Files

Download
Download

Versions

Version 4
Combined Synopsis/Solicitation
Posted: Apr 21, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Apr 16, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Apr 9, 2026
Version 1
Pre-Solicitation
Posted: Dec 10, 2025
View
Employee Assistance Program & Work-life Services for USACE | GovScope