Traumatic Brain Injury Center of Excellence Warfighter Brain Health Research and Translation Support Services
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 Health Agency (DHA), Department of Defense, is soliciting proposals for Traumatic Brain Injury Center of Excellence (TBICoE) Warfighter Brain Health Research and Translation Support Services. This Cost-Plus-Fixed-Fee (CPFF) contract aims to advance the state of TBI science and clinical standards. Proposals are due February 17, 2026, at 10 a.m. EDT.
Scope of Work
The contractor will provide non-personal services to support TBICoE's mission, including:
- Requirements-driven human clinical research investigations addressing military-relevant gaps.
- TBI and brain health surveillance and outcomes monitoring.
- Development, assessment, and implementation of clinical practice management guidelines and tools.
- TBI and brain health training, education, and dissemination programs.
- Cognitive monitoring program support.
- Scientific leadership, project management, data analysis, and administrative support. Services will support initiatives like the Warfighter Brain Health Initiative (WBHI) and the Cognitive Monitoring Program (CMP).
Contract & Timeline
- Type: Cost-Plus-Fixed-Fee (CPFF)
- Duration: 30-day transition-in, a base period, four 12-month option periods, and a 30-day transition-out.
- Set-Aside: None specified. Small Business Participation is an evaluation factor.
- Place of Performance: TBICoE headquarters in Silver Spring, MD, and various Defense Health Network facilities across the US (e.g., NC, VA, KY, CO, NY, TX, WA, CA, FL) and Landstuhl Regional Medical Center, Germany.
- Past Performance Volume Due: February 10, 2026, 10 a.m. EDT
- Proposal Due: February 17, 2026, 10 a.m. EDT
- Published: January 27, 2026
Evaluation Criteria
Proposals will be evaluated on seven factors, in descending order of importance: Technical Approach/Capability, Management Capability, Personnel Qualifications, Past Performance Risk, Prior Experience, Small Business Participation Commitment/Plan, and Cost/Price. Non-price factors are significantly more important than price. An "acceptable" rating is required for non-price factors (except past performance, which is a confidence assessment), and Small Business Participation is Pass/Fail.
Key Submission Requirements & Clarifications
- A revised Performance Work Statement (PWS), Past Performance Questionnaire, and Cost and Pricing Excel spreadsheet are provided.
- A Proposal Adequacy Checklist, DD Form 254, Business Associate Agreement (BAA), and Department of Labor Wage Determination 2015-4269, Revision 31, are included.
- Resumes are not required; personnel qualifications can be addressed through narrative descriptions.
- All services are nonpersonal.
- Federal Wide Assurance (FWA), BAA, and DD-254 are excluded from page count limitations.
- Offerors must provide an Organizational Conflicts of Interest (OCI) statement.
- Only 8.5x11 graphics are acceptable.
- Proposal submissions via email are limited to 20 MB per email.
- The Cost/Price narrative can be a PDF, and subcontractor financial information is not required.
Contact Information
Primary Point of Contact: John A. Cowgill (john.a.cowgill4.ctr@health.mil).