Skip to content
Department of Defense

HOLISTIC HEALTH AND FITNESS (H2F) SYSTEM

Solicitation: W15QKN26R1B6H
Notice ID: d143b126f3a54e21bf0587f4525fab0d
TypeSources SoughtNAICS 541612PSCR408Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The ArmyPostedFeb 05, 2026, 12:00 AM UTCDueMar 05, 2026, 08:00 PM UTCCloses in 11 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Mar 05, 2026. Industry: NAICS 541612 • PSC R408.

Market snapshot

Awarded-market signal for NAICS 541612 (last 12 months), benchmarked to sector 54.

12-month awarded value
$500,000
Sector total $5,796,258,355,399 • Share 0.0%
Live
Median
$500,000
P10–P90
$500,000$500,000
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($500,000)
Deal sizing
$500,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
United States
Contracting office
Picatinny Arsenal, NJ • 07806-5000 USA

Point of Contact

Name
Liam J. McDonnell
Email
liam.j.mcdonnell2.civ@army.mil
Phone
Not available
Name
Morgan Ziatyk
Email
morgan.f.ziatyk.civ@army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • ACC-CTRS • ACC-NJ • W6QK ACC-PICA
Contracting Office Address
Picatinny Arsenal, NJ
07806-5000 USA

More in NAICS 541612

Description

INTRODUCTION

On behalf of the Project Lead Human Resource Solutions (PL HRS), the Department of the Army, U.S. Contracting Command – New Jersey (CCNJ), Picatinny Arsenal, NJ is performing market research in order to determine the capabilities of industry for providing non-personal service professional support services for the Army’s Holistic Health and Fitness (H2F) System services as identified in the attached Draft Performance Work Statement (PWS). The North American Industry Classification System (NAICS) Code associated with this effort is 541612, and the Product Service Code (PSC) is R408.

The Government is seeking interested companies who can demonstrate the ability to meet the capabilities of the attached Draft PWS.

This effort is for the potential follow on of Task Order W15QKN-24-F-0432 with Serco Inc. as the contractor and currently under the 5th Generation IDIQ Personal Lifecycle Support Services (PLS) Multiple Award Task Order Contract (MATOC).  The Government is interested in sources that can provide Strength and Conditioning Coaches (SCCs) and Cognitive Performance Specialists (CPSs) to function as integrated members of a Brigade (BDE) or Area Support Team (AST)-based multi-disciplinary team focused on optimizing Soldier readiness and performance within the Army’s Holistic Health and Fitness (H2F) System.  The type of contract will be Firm Fixed Price (FFP) for five years (consisting of a base year with four one-year option periods).

DISCLAIMER

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT NOTICE/QUESTIONAIRE IS STRICTLY VOLUNTARY.

ITEM DESCRIPTION

Product Lead HR Solutions is executing a Sources Sought in order to evaluate future acquisition approaches for providing SCCs and Cognitive Performance Specialists CPSs to function as integrated members of a Brigade or Area Support Team-based multi-disciplinary team focused on optimizing Soldier readiness and performance within the Army’s H2F System.  The primary focus of this requirement is to optimize individual and unit physical readiness and ability to perform warrior tasks and battle drills required for each of the BDE / AST’s mission. Physical readiness is defined as the ability to meet the physical demands of any duty or combat and accomplish the mission.  Mental readiness is defined as the ability to meet the mental demands of combat or duty position.  The SCCs and CPSs will work as part of the H2F Performance Team to develop a comprehensive, periodized education and services program integrated and synchronized with the BDE / AST and Battalion (BN) training calendars. Success is determined by the ability of the BDE / AST to perform its combat mission.

The H2F concept is vastly different from a clinical setting. The SCCs and CPSs will be embedded at the BDE / AST level. Most work will be performed in a Military training environment (i.e. fitness centers/gyms, BDE / AST, or administrative areas, outdoors, ranges, field training environments, and at the Soldier Performance Readiness Center). Unless assigned to an Outside the Continental United States (OCONUS) unit, the Contractor shall not be deployed or travel TDY OCONUS or to support long duration training events in remote locations such as the National Training Center (NTC)/Joint Readiness Training Center (JRTC).  SCCs and CPSs shall be required to observe BDE / AST and below (i.e. BN, company, platoon, squad, team) specific training events (e.g., shooting range, obstacle courses, combatives training areas). SCCs and CPSs must be physically able to hike austere environments and terrain (i.e. rocky, no running water, no shelter, no bathroom, no climate control, inclement weather, loud, smoky) while carrying their own backpack with necessary supplies on occasion (<20% of the time). Well-trained, combat-ready Soldiers are best produced by allocating health and wellness assets that facilitate the early identification and management of Musculoskeletal (MSK) injuries, prevention of injuries, and optimization of physical performance.

Soldiers perform repetitive physical tasks, such as, foot marching, drill and ceremony, rifle marksmanship, and repeated obstacle course circuits, resulting in a high number of overuse-type injuries. The types of injuries commonly seen in the Army are very similar to those commonly seen in athletics, including sprains, strains, tendonitis, and stress fractures. To prevent injury, increase physical resiliency and optimize physical performance, the Army will contract SCC and CPS services as part of a H2F Performance Team for designated installation / BDE / AST sites.

The SCCs and CPSs will be embedded at the BDE / AST level in a Military setting. The preponderance of work will be performed in a Military training environment, which may require local travel.  SCCs and CPSs function to reduce medical attrition, increase Military manpower, improve BDE / AST readiness through Army-specific functional fitness training programs.  Services will target human performance optimization, injury risk reduction and reconditioning education services.

REQUIRED CAPABILITIES PER DRAFT PWS

  • Effective H2F Instruction provided by qualified contractor personnel
  • Contractor Qualifications and Certifications for SCCs and CPSs
  • Participate in BDE / AST PD, H2F Performance Team, and unit (BDE / AST, BN, or Company) leadership, to provide a report on H2F System physical training program and provide recommendations and feedback on Soldier/Unit progression
  • Staffing Rate/Backfill of Vacancies IAW Required Staffing Plan - Technical Exhibit 4

SURVEY/SOURCES SOUGHT NOTICE SUBMISSION DETAILS

The intent of this survey/sources sought notice is to identify potential sources that can address the capabilities listed in this survey and to identify the maturity of those solutions.  The goal of collecting this information is to help shape the US Government’s H2F System acquisition strategy.  If your organization has the capability and resources to meet the required capabilities provided within this document and the PWS, please answer the questionnaire on the following page.  If your organization does not currently have the capability and/or resources to meet some of the capabilities, then your organization should describe its plans to acquire the capacity and resources to address those required capabilities.

Your response to this survey/sources sought notice, including any capabilities statement, shall be electronically submitted, within 30 calendar days from the date of this publication, to the ACC-NJ Contracting Officer, Morgan Ziatyk, and Contract Specialists Liam Mcdonnell and Michele Walston in either Microsoft Word or Portable Document Format (PDF), via email at morgan.f.ziatyk.civ@mail.mil, liam.j.mcdonnell2.civ@mail.mil, and michele.l.walston.civ@army.mil.  The submission shall reference “Sources Sought for Holistic Health and Fitness (H2F) System – W15QKN-26-R-1B6H” in subject line of the e-mail and on all enclosed documents.  Information and materials submitted in response to this request WILL NOT be returned.  DO NOT SUBMIT CLASSIFIED MATERIAL.

When providing detailed responses to the survey questions, if a continuation sheet is needed. Please identify any proprietary information submitted.  All information submitted will be held in a confidential status.

As a reminder, this survey/sources sought notice is not a procurement action, but simply an inquiry among potentially interested organizations.  There will be no compensation by the Government for your response to this questionnaire.

Information requested from industry:

Respondent/Organization Information

a. Name: ________________________________________________________

b. Mailing Address: ________________________________________________________

c. Website: ________________________________________________________

d. CAGE (Commercial and Government Entity) Code: _________________________________________________________________ 

e. Unique Entity Identifier (UEI): ________________________________________

f. Business Designation (Large/Small): ________________________________________

                                                     

Respondent/Organization Point of Contact

a. Name: ________________________________________________________

b. Title: ________________________________________________________

c. Company Responsibility/Position: ________________________________________________________

d. Telephone/Fax Numbers: ________________________________________________________

e. E-Mail Address: ________________________________________________________

Please answer the questions below to the best of your ability.  Your answers will be used to help shape the Government’s acquisition approach. The Government will consider comments in the development of the requirements but will not answer questions or guarantee the implementation of all comments/recommendations. 

  1. Assuming the US Government were to solicit for this requirement in FY26 and anticipated award would be in QTR 2 of FY27, identify the required H2F capabilities your organization would be able to meet by that date. Describe any current experience with providing strength and conditioning training and cognitive performance capabilities. 
  2. Identify what capabilities would be more difficult to meet and how your organization would meet those capabilities. As an example, the Government understands that some locations are more challenging to staff as compared to others and for different reasons.

What approach would your organization utilize in order to capture the required talent and qualifications required for SCCs and CPSs to staff these locations?

  1. Based on the sheer size, scope and complexity of this requirement, would your organization be willing to participate with subcontractors as the prime contractor?  Describe if your organization would be willing to participate as a subcontractor to a prime contractor.  What considerations would the US Government have to take into account with such a strategy?
  2. In addition, it is requested if there is any information that your organization noted that the US Government may not have considered based on the information presented within this document for the acquisition for providing H2F System services, that your organization provides these items within its response to this Notice?   
  3. Please address your company‘s total compensation policy for management, recruiting, retention and reach-back capabilities for contract transition (normally 30 days), and contract performance to ensure there are no lapses in staffing IAW the PWS and service.
  4. Non-Government specific training: Contractor shall address employee training policy for continuous learning training events/education/certification/credits directly related to assigned PWS tasks.
  5. Please indicate relevant Past Performance Experience within the past 5 years in which your company has SUCCESSFULLY executed tasks described in the attached Draft PWS and similar in size, scope and complexity to this requirement.  Each contractor's past performance experience summary should include (a) contract/award number (b) name of project, (c) brief description of project, (d) dollar value of the contract/award, (e) period of performance of contract/award, (f) relevance of contract/award to agency's requirements described above, (g) whether performance was as prime or subcontractor and specific requirements filled as a subcontractor. Please provide no more than four references.
  6. Please address your organization’s strategy (including if you are considering utilizing subcontractors) for staffing (IAW the PWS high volume of contractor employees), recruiting, and retention including paid salaries and incentives for this geographically dispersed requirement (that includes hard to fill locations) for both CONUS and OCONUS performance.  Quantify and qualify these details to the best of your ability and include any best practices utilized from past performance.
  7. Please provide supported feedback (including recommendations for the Government if any) for whether your organization believes the market can consistently meet 100% staffing for this requirement based upon the required staffing listed in the PWS and considering the minimum qualifications along with historical challenges in staffing for this requirement.
  8. Please provide any additional feedback including any assumptions and recommendations to include contract strategies/types that would best support high levels of performance while minimizing the risk to the government in your response.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.