G1 Administrative Support
ID: W912JM25QA001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7M3 USPFO ACTIVITY GA ARNGMARIETTA, GA, 30069-0001, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- PROFESSIONAL: HUMAN RESOURCES (R431)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
  1. 1
    Posted Jan 15, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 14, 2025, 12:00 AM UTC
  3. 3
    Due Feb 18, 2025, 12:00 PM UTC
Description

The Department of Defense, specifically the Georgia Army National Guard (GAARNG), is seeking proposals for a federal contract titled "G1 Administrative Support" to provide comprehensive human resources services in Marietta, Georgia. The primary objective of this procurement is to address staffing shortages in personnel management by enhancing administrative functions related to education, incentives, and project management, which are crucial for improving enlisted transitions, retirements, and retention efforts. The contract, valued at approximately $19.5 million over a 12-month period with options for renewal, emphasizes the importance of timely and accurate processing of incentive claims, educational benefits counseling, and compliance with federal regulations. Interested contractors, particularly Women-Owned Small Businesses (WOSB), must submit their proposals by the specified deadlines, and can direct inquiries to Gregory Hoffman at gregory.d.hoffman2.civ@army.mil or Jim Shuman at james.e.shuman.civ@army.mil.

Files
Title
Posted
Feb 14, 2025, 5:06 PM UTC
The Georgia Army National Guard (GAARNG) requires a contractor to provide comprehensive administrative support in education, incentives, project management, and related functions. This contract follows a successful prior service model and aims to address staffing restrictions by supplying additional resources for enlisted transitions, retention, and education counseling. The contractor must manage a complex incentives system to alleviate a multi-year backlog, focusing on signing bonuses and loan repayment programs integral to personnel retention. Services include counseling on G.I. Bill benefits, processing of education benefits, and meticulous management of incentive actions via the Guard Incentive Management System (GIMS). The contractor is also responsible for maintaining quality control, adherence to safety and security regulations, and compliance with federal guidelines. Regular reporting on system updates, training sessions for staff, and comprehensive record-keeping are essential components of this scope of work. Timeliness, accuracy in eligibility determinations, and overall satisfaction in service delivery are paramount as the contractor supports the GAARNG's mission to retain qualified service members through effective incentive management and educational support.
Feb 14, 2025, 5:06 PM UTC
The Georgia Army National Guard (GAARNG) seeks contractor support for administrative functions related to education, incentives, and project management under a new award. This initiative addresses staffing shortages in personnel management and aims to improve the efficiency of enlisted transitions, retirements, and retention efforts by managing incentives like signing bonuses and loan repayments. The contractor will provide comprehensive counseling services regarding educational benefits and ensure compliance with federal regulations. Key services will include overseeing G.I. Bill benefits, creating tailored education plans, processing incentive claims and payments, and conducting necessary audits. Contractors are expected to maintain high accuracy and timeliness standards in responding to service members’ inquiries and processing documentation. The contractor will also conduct regular training, manage compliance with security protocols, and submit ongoing reports to the Contract Officer Representative. Overall, this contract enhances GAARNG's operational capabilities by ensuring service members receive proper guidance and resources, while also fulfilling necessary administrative responsibilities effectively. The performance of these services is critical for retaining personnel and maintaining operational readiness within the National Guard.
Feb 14, 2025, 5:06 PM UTC
The document addresses questions related to a new contract requirement for the MEDOPS position and clarifications on the management of contract employees as per the Performance Work Statement (PWS). It confirms that the current contract has no additional support gaps and asserts that management pertains solely to the contractor's own employees. The requirement for personnel to process ID card services typically necessitates just one full-time equivalent (FTE), contrary to potential misconceptions about needing multiple FTEs. Upcoming deadlines for proposals are emphasized, with the government denying an extension following a scheduled site visit. Clarifications regarding amendment acknowledgments are provided, with no dual-hatted positions identified. Monthly service metrics note the ID Card office processes roughly 2,000 cards, with contract support addressing 20-30% of demand. Additionally, the document provides figures for updates via DEERS and mentions approximately 400-500 inquiries from other stations in Georgia. This overview highlights the contract's specific requirements and expectations, contributing to the broader context of federal procurement processes and the management of government contracts.
Feb 14, 2025, 5:06 PM UTC
The government solicitation outlines requirements for contractor services related to Soldier Readiness Processing, focusing on administrative support roles at the Clay National Guard Center and Fort Stewart, GA. A site visit is scheduled for February 12, 2025, with specific entry protocols due to security checks. Contractors are tasked to propose staffing plans without government dictate on employee numbers or labor categories, reviewing various technical exhibits to guide their proposals. Key questions addressed include staffing qualifications, contract management, pricing methodologies, and the importance of past performance references. The Government emphasizes that concise responses are preferred, allowing flexibility in formatting submissions while adhering to specific regulatory compliance standards. Additionally, contractors will need to consider the potential for various telework arrangements and reimbursements for travel expenses. The document highlights that contractors will receive necessary operational information post-award, ensuring their understanding of expected deliverables while allowing for some contractor-proposed process improvements. The operational focus includes alleviating existing backlogs, primarily related to incentive processing, with no immediate required changes anticipated in the contract’s performance metrics. Overall, the solicitation encourages competitive proposals, aiming to enhance Soldier services effectively while emphasizing contractor autonomy in staffing and operational approaches.
Feb 14, 2025, 5:06 PM UTC
The document outlines federal solicitation details for a Women-Owned Small Business (WOSB) contract involving commercial products and services, specifically focusing on Human Resource (HR) Service Support. It includes critical data such as requisition and contract numbers, the effective date, submission details, and the specifications for the required services. The acquisition has been set aside for small businesses, emphasizing the inclusion of economically disadvantaged women-owned firms. The contract stipulates a total award amount of $19,500,000, covering a 12-month service period beginning on April 28, 2025, with options for renewal through 2030. The evaluation criteria comprise technical capability, price, and past performance, with a clear structure for proposal submission, including required forms and deadlines. Offerors must submit a comprehensive technical proposal and demonstrate relevant past experiences. The document emphasizes compliance with various federal regulations, including labor standards and payment processes via the Wide Area Workflow system. These structured provisions enhance transparency, maximize procurement efficiency, and support the federal initiative to promote small business participation in government contracting. Overall, it serves to facilitate the acquisition of vital support services while ensuring adherence to regulatory and competitive standards.
Feb 14, 2025, 5:06 PM UTC
The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract involving the provision of Human Resources (HR) service support to the United States Army National Guard in Marietta, Georgia. The total estimated value of the contract is approximately $19.5 million, spanning multiple years with options for extension. It specifies a firm-fixed-price arrangement for HR services over a 12-month period, with provisions for reimbursable travel costs. Key components include a detailed schedule of required services, evaluation criteria based on technical capability, past performance, and price reasonableness. Offerors are required to submit comprehensive technical and past performance proposals, highlighting their qualifications and experience. The contract incorporates multiple Federal Acquisition Regulation (FAR) clauses relevant to compliance, reporting, and labor standards. The purpose of this solicitation is to ensure the Army contracts with a capable provider that meets small business participation standards while delivering quality HR services efficiently and effectively. The process emphasizes thorough evaluation and compliance with federal requirements, aiming to enhance support for military personnel and their families.
Feb 14, 2025, 5:06 PM UTC
The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, defining minimum wage rates and fringe benefits for various occupations in Georgia. Effective January 30, 2022, contractors must pay at least $17.75 per hour under Executive Order 14026 for contracts awarded after that date. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is set at $13.30 per hour, unless a higher rate is specified. Compensations are detailed for numerous job titles, including administrative, automotive, health, and technical occupations. Additionally, the document outlines requirements for health and welfare benefits and paid sick leave under Executive Order 13706. It also includes guidelines for conforming unlisted job classifications and outlines the procedures for requesting additional classification and wage rates, emphasizing compliance with federal wage standards and protections for workers. This information is critical for companies participating in federal contracts, ensuring they meet legal wage obligations while maintaining workforce protections.
Feb 14, 2025, 5:06 PM UTC
The document outlines the federal Wage Determination No. 2015-4485, issued by the U.S. Department of Labor under the Service Contract Act. It mandates minimum wage rates that contractors must pay to workers on federal contracts, requiring adherence to Executive Orders 14026 and 13658. Effective January 30, 2022, the minimum wage is set at $17.75 for contracts executed or extended post this date or $13.30 for contracts awarded between January 1, 2015, and January 29, 2022, unless higher wage rates are specified within the determination. The wage rates for various occupations, particularly spanning from clerical support to skilled trades, are specified regionally for Liberty and Long counties in Georgia, emphasizing mandatory fringe benefits such as health and welfare compensation. Furthermore, it details additional requirements under Executive Order 13706 regarding paid sick leave and outlines procedures for the conformance of job classifications not explicitly listed in the wage determination. This regulation supports fair labor practices in government contracting, ensuring workers receive equitable wages and benefits while promoting compliance with federal standards.
Lifecycle
Title
Type
G1 Administrative Support
Currently viewing
Solicitation
Similar Opportunities
Data Control Software
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for a sole source procurement of Data Control Software to support the Winn Army Community Hospital located at Fort Stewart, Georgia. This contract, numbered W91YTZ25QA055, aims to fulfill various requirements related to document control software, including user subscriptions for compliance and medical case simulators, with a total funding amount of $47 million and an award date set for April 15, 2025. The initiative emphasizes the government's commitment to leveraging women-owned small businesses while ensuring compliance with applicable Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. Interested parties can direct inquiries to Francine Brown at francine.brown.civ@health.mil or by phone at 706-787-1409, with delivery terms extending through April 2028.
Design-Bid-Build Construction of an Army Reserve Center (ARC) at Dobbins Air Reserve Base (ARB), Georgia
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Bid-Build construction of a new Army Reserve Center (ARC) at Dobbins Air Reserve Base in Georgia. The project encompasses the construction of a training building, a Vehicle Maintenance Shop (VMS), and an Unheated Storage Building (USB), along with supporting facilities such as paving, landscaping, and utility connections. This initiative is crucial for enhancing military infrastructure and operational capabilities, with an estimated construction cost between $25 million and $100 million and a contract duration of approximately 900 calendar days from the Notice to Proceed. Interested contractors must submit proposals by May 6, 2025, and can obtain further details and amendments through the Contract Opportunities website, with Bonny Dylewski serving as the primary contact at bonny.c.dylewski@usace.army.mil.
Logistics Support Services_Albany, Georgia
Buyer not available
The Department of Defense, specifically the Commanding General of the Department of the Navy, is seeking proposals for Logistics Support Services at the Marine Corps Logistics Base in Albany, Georgia. The procurement aims to provide comprehensive logistical support, including facility contractor support, technical writing, inventory management, and coordination within government facilities, with a staffing requirement of 14 full-time positions under a Firm-Fixed Price Level of Effort (FFPLOE) contract framework. This opportunity is particularly significant as it emphasizes the contractor's capability to maintain quality services without disruption, ensuring compliance with federal regulations and administrative standards. Interested parties, especially SBA Certified Women-Owned Small Businesses (WOSB), should direct inquiries to Regina Hartley at regina.hartley@usmc.mil or Emily Tsan at emily.n.tsan.civ@usmc.mil, with proposals due by the extended deadline outlined in the amendment document.
Logistics Support Services_Albany, Georgia
Buyer not available
The Department of Defense, specifically the Commanding General of the Department of the Navy, is soliciting proposals for Logistics Support Services at the Marine Corps Logistics Base (MCLB) in Albany, Georgia. The procurement aims to secure non-personal logistical support services, including technical writing, document support, supply control, inventory management, and computer data management, to enhance operational efficiency at the base. This contract is set aside for Women-Owned Small Businesses (WOSB) and will be awarded as a Firm-Fixed Price, Level of Effort Term Contract, with a size standard of $37 million under NAICS code 541513. Interested contractors should note that the response deadline has been extended to April 28, 2025, at 1:00 PM, and must acknowledge the amendment to avoid rejection of offers. For further inquiries, potential bidders can contact Regina Hartley at regina.hartley@usmc.mil or Emily Tsan at emily.n.tsan.civ@usmc.mil.
GSL Support Services Contract
Buyer not available
The Department of Defense, specifically the U.S. Army Engineer Research and Development Center (ERDC), is seeking proposals for the GSL Support Services Contract, aimed at providing technical and administrative support for various research and development activities in civil and military engineering. The contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with a five-year ordering period and a total capacity of $20 million, focusing on tasks such as conducting technical reviews, laboratory experiments, and logistical support across multiple fields including structural dynamics and materials science. Interested contractors must maintain a DOD SECRET Facility Clearance and demonstrate relevant experience and qualifications, with proposals evaluated based on Technical Capability, Past Performance, and Price. For further information, potential offerors can contact Janalyn Dement at Janalyn.H.Dement@usace.army.mil or Christy Love at Christy.J.Love@usace.army.mil, with proposals due as specified in the solicitation documents.
Bas-OPs contract at Ft. Benning, GA and AL
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses for the Bas-OPs contract at Fort Benning, Georgia, and Alabama. This procurement focuses on facilities support services, including housekeeping and operations support, essential for maintaining the functionality and cleanliness of military facilities. The contract is set aside for total small business participation, emphasizing the importance of supporting small enterprises in government contracting. Interested parties should reach out to Mike J. Vicory at michael.j.vicory.civ@army.mil or Jonathon Hecker at jonathon.r.hecker.civ@army.mil for further details regarding the submission process and any upcoming deadlines.
Marne Community Integration (Motorized Tour Services)
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide motorized tour services as part of the Marne Community Integration Program at Fort Stewart, Georgia. The contractor will be responsible for delivering training support that introduces newly arrived Soldiers to their local environment, reinforcing Army values, fostering social connections, and promoting healthy lifestyle choices to mitigate harmful behaviors. This contract, which is a Total Small Business Set-Aside, has an estimated value of $19 million and spans one base year with two optional years, with a response deadline set for April 29, 2025. Interested parties can contact Dustin Hesskamp at dustin.a.hesskamp.mil@army.mil or by phone at 571-801-3869 for further details.
Operation and Maintenance of Government-Owned Facilities and Equipment, Walter F. George and George W. Andrews Lakes, Fort Gaines, Georgia
Buyer not available
The Department of Defense, through the Department of the Army, is soliciting proposals for the operation and maintenance of government-owned facilities and equipment at Walter F. George and George W. Andrews Lakes in Fort Gaines, Georgia. This procurement aims to ensure the effective management and upkeep of recreational facilities, which play a vital role in providing public access to outdoor activities and preserving natural resources. The opportunity is set aside for small businesses, and interested parties can reach out to primary contact Chandler Hyatt at chandler.j.hyatt@usace.army.mil or by phone at 251-690-3145, or secondary contact Benjamin Neely at benjamin.m.neely@usace.army.mil or 251-690-3253 for further details.
Army Reserve Center (ARC), Vehicle Maintenance Shop (VMS), and Unheated Storage Building (UHS) at Marine Corps Logistics Base in Albany, GA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is conducting a market survey to identify potential contractors for the construction of an Army Reserve Center (ARC), Vehicle Maintenance Shop (VMS), and Unheated Storage Building (UHS) at the Marine Corps Logistics Base in Albany, Georgia. The project encompasses the design and construction of facilities totaling approximately 46,800 square feet, along with necessary site work, utilities, security measures, and landscaping, all adhering to sustainability standards. This initiative is crucial for enhancing military readiness and operational capabilities, with an estimated contract duration of 900 days and a projected cost between $25 million and $100 million. Interested small businesses, including those classified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must submit their responses by April 30, 2025, and can contact Lindsay Lawrence at Lindsay.B.Lawrence@usace.army.mil for further information.
Complete Grounds Maintenance at Georgia National Cemetery - SED-922 -- S208
Buyer not available
The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for complete grounds maintenance services at the Georgia National Cemetery. The contract encompasses a base year plus four optional years, requiring comprehensive maintenance of 111 acres, including turf management, headstone care, and debris removal, to ensure a dignified environment for interred veterans. This initiative underscores the importance of maintaining national cemeteries with respect and adherence to established operational standards. Interested contractors must submit their proposals by April 28, 2025, and can direct inquiries to Contracting Officer Larry Curtis at larry.curtis@va.gov.