Skip to content
Department of Defense

NY National Guard Case Management Support Services

Solicitation: W912PQ26QA003
Notice ID: 2b8e39cd3c3d42b69a768be6df1ffe85
TypeSources SoughtNAICS 541611PSCQ701DepartmentDepartment of DefenseAgencyDept Of The ArmyStateNYPostedDec 29, 2025, 12:00 AM UTCDueJan 12, 2026, 03:00 PM UTCExpired

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: NY. Response deadline: Jan 12, 2026. Industry: NAICS 541611 • PSC Q701.

Market snapshot

Awarded-market signal for NAICS 541611 (last 12 months), benchmarked to sector 54.

12-month awarded value
$3,900,570,945
Sector total $5,796,289,192,140 • Share 0.1%
Live
Median
$3,737,395
P10–P90
$656,785$36,750,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+111245%($3,893,570,945)
Deal sizing
$3,737,395 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 →
Map for NY
Live POP
Place of performance
Watervliet, New York • 12189 United States
State: NY
Contracting office
Latham, NY • 12110-2224 USA

Point of Contact

Name
Richard W. Powell
Email
richard.w.powell44.civ@army.mil
Phone
5187860399
Name
Melissa Santoro
Email
melissa.santoro2.civ@army.mil
Phone
5187864740

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
NATIONAL GUARD BUREAU
Office
JFHQ USPFO NY • USPFO NY PROCUREMENT • W7NR USPFO ACTIVITY NY ARNG
Contracting Office Address
Latham, NY
12110-2224 USA

More in NAICS 541611

Description

This is a SOURCES SOUGHT and is for informational/ market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUATATION OR BID, NOT A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining the category of Small Business Set-Aside. The proposed North American Industry Classification System (NAICS) Code is 541611, Administrative Management and General Management Consulting Services, which has a corresponding Size Standard of $21.5 million. Seeking highly qualified self-performing qualified vendors and interested parties in any of the following categories: U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUB Zone, SBA certified Service Disabled Veteran-Owned Small Business (SDVOSB), SBA certified Women Owned Small Business (WOSB), and SBA certified Economically Disadvantaged Women Owned Small Business (EDWOSB) sources with current relevant qualification, experience, personnel, and capability of providing Medical and Dental Case Management Services at the NY Army National Guard (NY ARNG), Medical Command (MEDCOM) at Watervliet, NY 12189. The NY ARNG is seeking sources to provide all personnel, equipment, tools, materials, supervision, and quality control necessary, except as specified in Paragraph 3.0 as Government Furnished, to perform and provide Medical and Dental Non-clinical Case Management Support Services in support of Individual Medical Readiness (IMR). Contractors hired under this contract provide administrative support to the State Surgeon, Deputy State Surgeon, Medical Standards Officer (MSO) which aid in the medical decision-making process. In addition, the contractor provides administrative support and general administrative advice to unit Commanders at all levels. Contractors do not make medical decisions as part of this requirement. This contract requires the contractor to employ/staff the following roles: Non-Clinical Case Managers a Non-Clinical Dental Case Manager, Non-Clinical Case Management Assistants, and Medical Records Administrators The overarching goal is to track and monitor clinical care provided by either military or civilian healthcare systems, identify and track deployment limiting conditions, ensure individual Soldiers are compliant with individual medical readiness requirements, process Soldiers for discharge and/or retention consistent with individual clinical care and current DoD standards of medical fitness, verify the deployability of each Soldier in accordance with Combatant Commander (COCOM) requirements, and maximize the deployability of New York Army National Guard (NYARNG) Soldiers at the Mobilization Forces Generation Installation or “MFGI.” These personnel help the NYARNG Office of the State Surgeon to meet the ever-evolving needs of the government. Department of Defense Instructions (DoDI) 6025.19 establishes aggressive quarterly and annual metric goals for the separate Individual Medical Readiness (IMR) elements and for the overall IMR category of Fully Medically Ready (FMR) soldiers. The ultimate goals are to produce real-time reports based on complete, accurate data. The minimum goal for overall medical readiness is more than 90% of Service members FMR, with the ideal goal being 100%. The New York Army National Guard (NYARNG) Surgeon’s Office requires a highly responsive process whereby the government can quickly obtain needed support and services. This PWS reflects existing National Guard Bureau policies and regulations. Response to this Sources Sought notice must be submitted electronically (via email) no later than Friday, January 9th, 2026 at 3:00 pm Eastern Time. Please return the attached Sources Sought Information Request Form with your email response. A contractor’s response to this Sources Sought shall be limited to the Information Request Form and five (5) additional pages of information for past performance or experience which may help in market research for industry capacity and shall include the following information: Statement of interest/capabilities statement shall not exceed five typewritten pages statement of intent to offer a quote with capabilities. A completed and signed Sources Sought Information Request Form (attached form) A listing of previous contracts withing the past three years, both for government and private industry. The type of services provided, the dollar value, contract number, location, and point of contact are to be included. A brief outline of resources, subcontractors, and key personnel licensed to perform these services in NYS and the type of license they possess that would be used to accomplish the contract. Email attachements to Contract Specialist Richard.w.powell44.civ@army.mil AND Contracting Officer Melissa.santoro2.civ@army.mil DISCLAIMER: This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow-up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualification to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a solicitation may be published on www.SAM.gov. However, responses to this notice will be considered adequate to a solicitation. All interested parties must be registered in the System for Award Management (SAM) https://www.sam.gov and remain current for the duration of the contract to be eligible for award of a Government contract. Attachments: Sources Sought Info Req Form and DRAFT Performance Work Statement

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.