Process Improvement and Project Management Support
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 Department of the Navy, Bureau of Medicine and Surgery (BUMED), through NAVSUP FLT LOG CTR NORFOLK, is soliciting proposals for Process Improvement and Project Management Support. This effort aims to implement Lean Six Sigma, Process Improvement, and Project Management capabilities to optimize medical readiness and operational capabilities across Navy Medicine. This is a Women-Owned Small Business (WOSB) Program Set-Aside. Offers are due by April 13, 2026, at 12:00 PM.
Scope of Work
The requirement encompasses Continuous Process Improvement (CPI), Project Management (PM), and Knowledge Management (KM) support. Key services include:
- Performance Improvement (PI): Utilizing Lean Six Sigma (LSS) and Get Real Get Better (GRGB) methodologies (e.g., DMAIC, DMADV, RIE) to analyze workflows, identify inefficiencies, develop improvement strategies, and provide training.
- Portfolio/Project Management: Standardizing portfolio and project functions, processes, and procedures, including establishing frameworks, training staff, and enhancing project tracking.
- Knowledge Management (KM): Developing solutions to automate administrative processes, improve efficiency, and reduce variation, including creating instructional materials and managing system structures.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP).
- Period of Performance: A base period from June 1, 2026, to May 31, 2027, with two option periods extending through March 1, 2029.
- Set-Aside: Women-Owned Small Business (WOSB) - Certified.
- Offer Due Date: April 13, 2026, 12:00 PM.
- Contractor Questions Deadline: March 30, 2026.
- Published Date: March 30, 2026.
- Place of Performance: Falls Church, VA.
- Travel: Anticipated travel not to exceed $25,000 per year for the base and Option Year I, and $18,750 for Option Year II.
Evaluation & Eligibility
Quotes will be evaluated in two phases: Phase One (Security Clearance Verification - Secret Level) and Phase Two (Technical Evaluation). The non-price quote is more important than the price quote. Evaluation factors for the non-price quote are Performance Approach and Past Performance, in descending order of importance. A best value trade-off source selection process will be used.
Minimum qualifications include proficiency in Microsoft Office Suite, PMP certification, Master Black Belt or Black Belt certification, and relevant experience. A Secret Level Clearance is required.
Submission Requirements
Offers must be submitted via email only. Hard copy submissions will not be accepted. Bidders must complete the Past Performance Information Form (Attachment 1) to demonstrate relevant past performance, detailing work performed and addressing any past issues and corrective actions.
Contact Information
Primary Contact: Megan Emery (megan.p.emery.civ@us.navy.mil).