G1 Administrative Support
ID: W912JM25QA001Type: Solicitation
2 AwardsMay 13, 2025
$9.2M$9,213,426
AwardeeMANO LANI LLC San Diego CA 92108 USA
Award #:W912JM25PA011
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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    W912HN26RA003 - Hartwell O/M Project
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the Savannah District, is soliciting proposals for the Hartwell Operations and Maintenance Project (Solicitation W912HN26RA003). This contract aims to provide comprehensive maintenance, repair, and minor construction services for the Hartwell Project, which includes facilities such as campgrounds, dams, and power plants across six counties in Georgia and South Carolina. The selected contractor will be responsible for a range of tasks, including cleaning, landscaping, equipment maintenance, and emergency response, ensuring compliance with federal and Army regulations. Interested small businesses must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) by January 5, 2026, and maintain active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Rohan Bryan at rohan.a.bryan@usace.army.mil or call 912-652-5619.
    Office of Small Business Programs Support Services - Amend 7
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for the Office of Small Business Programs Support Services. The contract aims to provide comprehensive operational and management support, including business execution, strategic communication, and mentor-protégé program support, with a total award amount of up to $24,500,000. The performance period is set to begin in January 2026, lasting for one base year with four additional option years extending through January 2031. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil or Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.
    Ft. Stewart Base Operation Support Services - Consolidation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide consolidated Base Operations Support Services (BASOPS) at Fort Stewart, Georgia. This procurement aims to merge four existing contracts—covering BASOPS, scales inspection and maintenance, grease trap servicing, and elevator maintenance and repair services—into a single contract valued at approximately $286,566,010.20. This consolidation is part of the Army's initiative to enhance efficiency and standardize services while ensuring maximum participation from small businesses, particularly those eligible under the 8(a) and Small Business (SB) programs. Interested parties can reach out to Jonathon Hecker at jonathon.r.hecker.civ@army.mil or Sam Colton at samuel.j.colton.civ@army.mil for further information.
    Bas-OPs contract at Ft. Benning, GA and AL
    Dept Of Defense
    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.
    Master Breacher Range Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Master Breacher Range Support contract at Fort Benning, Georgia. This procurement aims to provide materials and labor for the Regimental Master Breacher Course (RMBC), which includes responsibilities such as constructing and cleaning targets, procuring materials, and ensuring compliance with safety and environmental regulations. The contract is significant for enhancing demolition training for the 75th Ranger Regiment and is set aside for small businesses, with a total award amount of $45 million. Proposals are due by December 18, 2025, at 10:00 AM EST, and interested parties should direct inquiries to SSG Dwayne Phelps or Rafael Alamedapabon via the provided email addresses.
    Armed Forces Career Center - Hiram, Georgia
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting lease proposals for approximately 1,200 to 1,400 gross rentable square feet of commercial retail space in Hiram, Georgia, specifically for Armed Forces Recruiting purposes. The Government seeks immediate occupancy due to an unplanned relocation, preferring a full-service lease that includes base rent, common area maintenance, utilities, and janitorial services for a term of five years, with termination rights and non-exclusive parking for four government vehicles available 24/7. This opportunity is critical for supporting military recruitment efforts, and interested parties must submit a signed Proposal to Lease Space document, proposed floor plans, initial alterations quotes, and exclusivity agreements if applicable. For further inquiries, contact Caleb Hill at caleb.c.hill@usace.army.mil or Johnita Jackson at johnita.jackson2@usace.army.mil.
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is seeking qualified small businesses for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million. This procurement aims to establish a contract for general construction projects primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work, with task orders ranging from $7 million to $30 million. The awarded contracts will have a base period of five years, and the selection process will utilize a Best Value Decision based on past performance, design experience, and technical capability. Interested parties must submit proposals by December 18, 2025, at 11:00 AM EST via the PIEE Solicitation Module, and can contact Gregory Graham at gregory.m.graham@usace.army.mil for further information.
    Technical, Analytical and Financial Services, Deputy Chief of Staff (DCS, G-8) Directorates
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command – Aberdeen Proving Ground (ACC-APG), is soliciting proposals for Technical, Analytical, and Financial Support Services for the Deputy Chief of Staff (DCS, G-8) Directorates. This procurement aims to secure a Cost Plus Fixed Fee (CPFF) contract that includes a 12-month base period, four option years, and a six-month extension, focusing on providing essential support services that enhance the Army's operational capabilities. The contract will require compliance with various federal regulations, including performance evaluations and ethical standards, ensuring high-quality service delivery. Interested parties must submit their proposals electronically by December 16, 2025, at 3:00 PM EST, and can direct inquiries to Salma K. Williamson or Gabriel Feltenstein via their provided email addresses.
    Professional Master's of Manufacturing Leadership Program, IAW PWS dated 07 August 2025.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide a Professional Master's of Manufacturing Leadership Program in support of Robins Air Force Base in Georgia. The procurement encompasses all necessary personnel, equipment, supplies, and services required for training courses, certificate programs, and degree offerings, including graduation materials. This initiative is crucial for enhancing workforce development and management training within the Air Force, with a contract period spanning from January 1, 2026, to December 31, 2030. Interested parties should submit their quotes by December 19, 2025, and can contact Curtis Green at curtis.green.9@us.af.mil or 478-222-3733 for further information.
    Sources Sought Notice-- Fort Moore Job Order Contract (JOC)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking qualified contractors for a Job Order Contract (JOC) at Fort Moore, Georgia, focusing on general construction, repair, maintenance, and demolition projects. The procurement aims to establish a fixed-price contract under NAICS code 236220, which encompasses a variety of construction activities, including work on barracks and administrative buildings, while ensuring compliance with safety, quality, and environmental standards. This initiative is crucial for maintaining and upgrading federal facilities efficiently and sustainably, with an emphasis on transparency in pricing through the use of a Unit Price Book (UPB). Interested parties should direct inquiries to Deidra Hicks at deidra.l.hicks.civ@army.mil or Christopher Weber at christopher.weber11.civ@army.mil for further details.