SOLICITATION NOTICE
R -- Program Management Technical Assistance and Training (PMTAT): Operational Site Visit
- Notice Date
- 12/17/2025 12:01:59 PM
- Notice Type
- Presolicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- HRSA HEADQUARTERS ROCKVILLE MD 20852 USA
- ZIP Code
- 20852
- Solicitation Number
- 75R60226Q00025
- Response Due
- 1/2/2026 9:00:00 AM
- Archive Date
- 01/17/2026
- Point of Contact
- Nancy Lee
- E-Mail Address
-
nlee@hrsa.gov
(nlee@hrsa.gov)
- Description
- NOTICE OF INTENT TO SOLE SOURCE Date: December 17, 2025 The U.S. Department of Health and Human Services (HHS), Health Resources and Services Administration (HRSA), hereby provides notice of its intent to award a short-term sole-source bridge contract to Management Solutions Consulting Group, Inc. (MSCG), 4601 Presidents Dr., Lanham, MD 20706. This action is being taken under the authority of 41 U.S.C. 3304(a)(2), as implemented by FAR 6.302-2, Unusual and Compelling Urgency, to prevent an imminent break in continuity of mission?critical services that directly support HRSA�s statutory oversight responsibilities. HRSA requires uninterrupted continuation of Program Management Technical Assistance and Training: Operational Site Visits (PMTAT) services while the agency completes its ongoing acquisition process for the long-term requirement. PMTAT supports HRSA�s mission to ensure that Health Center Program awardees maintain compliance with statutory, programmatic, fiscal, clinical, and governance requirements. A lapse in PMTAT operations would jeopardize critical oversight activities, delay required site visits, hinder timely identification of compliance risks, and impede the delivery of essential technical assistance to more than 1,400 health centers nationwide. These services are essential to safeguarding program integrity, supporting federally funded community health operations, and ensuring continuity in oversight functions that cannot be paused without posing unacceptable operational and public health risks. PMTAT personnel provide specialized technical assistance, conduct operational assessments, maintain performance monitoring resources, and support program improvement initiatives that depend on established contractor infrastructure, program knowledge, and experienced subject?matter experts. Due to the immediacy of the requirement and the highly specialized nature of PMTAT operations, HRSA has determined that MSCG is the only responsible source capable of assuming full performance by January 7, 2026, without operational disruption. The incumbent contractor currently possesses the necessary infrastructure, trained workforce, program familiarity, and operational systems required to support uninterrupted service delivery. No other source could mobilize qualified personnel, stand up necessary systems, or absorb program complexity within the limited transition window available. The anticipated bridge contract is expected to begin on January 7, 2026, with a base period through July 6, 2026, and one optional six?month period through January 7, 2027. HRSA may also utilize FAR 52.217?8, Option to Extend Services, if needed to prevent a lapse in operations caused by circumstances outside the Government�s control. Any extension will be limited to the minimum duration required to ensure continuous performance. HRSA invites capability statements from vendors that believe they can fully perform the requirement beginning January 7, 2026, without reliance on incumbent resources or transition assistance. Capability statements must demonstrate the ability to provide fully operational PMTAT services on Day One, including staffing, systems, subject?matter expertise, operational readiness, and the ability to execute required technical assistance and oversight activities at the scale and complexity of the current program. Capability statements must be submitted to nlee@hrsa.gov no later than 12:00 PM EST on January 2, 2026. This notice does not constitute a solicitation. HRSA will not reimburse costs associated with responding to this notice. Responses will be used solely to assess whether additional responsible sources exist and will not be considered proposals.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e4d0f5704ec04083aa1bd142573c7a50/view)
- Place of Performance
- Address: Lanham, MD 20706, USA
- Zip Code: 20706
- Country: USA
- Zip Code: 20706
- Record
- SN07668765-F 20251219/251217230034 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |