Logistics Supplies and Services Support (LSS)
ID: W912PB25R3000Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0409 AQ HQ CONTRACTAPO, AE, 09114, USA

NAICS

Facilities Support Services (561210)

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Logistics Supplies and Services Support (LSS) to assist military units at various training locations in Germany, including Grafenwoehr, Hohenfels, Amberg, and Ansbach. The procurement aims to secure logistical support services, which encompass dining facility operations, transportation, and the provision of essential equipment such as tents and trailers, ensuring efficient operations for both U.S. and foreign forces during training exercises. This contract is critical for maintaining military readiness and operational efficiency, with a base period from May 10, 2025, to May 9, 2026, and the possibility of two additional extension periods through 2028. Interested contractors must register with the System for Award Management (SAM) and submit their proposals by January 31, 2025, while inquiries can be directed to Kimberly Marra at kimberly.l.marra.civ@army.mil or Andrea Lucas at andrea.r.lucas.ln@army.mil.

    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for providing Logistics Support Services to military units in Bavaria, encompassing both U.S. and foreign forces. It stipulates a non-personal services contract where the contractor will furnish all necessary personnel, equipment, and supplies for logistical support, including dining facility operations, transportation of equipment and personnel, and setup of essential infrastructure such as tents and showers. Key responsibilities include maintaining quality control, ensuring safety compliance, and adhering to German laws, especially regarding environmental and personal security. The contractor must also develop a Quality Control Plan (QCP), maintain accurate records, and submit routine performance reports to the Contracting Officer's Representative (COR). Emphasizing flexibility, the contractor is expected to adapt to changing operational needs and execute specific tasks across various training locations including Grafenwöhr and Hohenfels. Additionally, the contractor is responsible for providing comprehensive food service management, ensuring compliance with safety and sanitation standards, and conducting required employee training. This document is pivotal for facilitating effective logistical operations and training exercises, highlighting the government's commitment to maintaining military readiness through contracted support services.
    The document outlines a Request for Proposal (RFP) for Logistics Supplies and Services Support (LSS) related to the distribution of government assets at Grafenwoehr and Hohenfels training areas from May 10, 2025, to May 9, 2028. It details various items required, including tents, cots, chairs, tables, heating units, and generators, specifying quantities needed for diverse participant ranges. The services encompass bulk potable water and bulk fuel distribution along with cleaning services and transportation support for different participant capacities. Additionally, the document includes pricing and rental terms for equipment and transportation services necessary for effective supply management and operational efficiency on the training grounds. The RFP signifies the government's effort to streamline logistics for military training events, ensuring they meet participant demands while maintaining cost-effectiveness. The overall purpose highlights the government's intent to solicit bids for these logistical services, underscoring the importance of systematic asset distribution in supporting military operations and maintaining compliance with governmental procurement processes.
    This document is a federal inventory listing for the M978A4 HEMMT/Fueler, detailing equipment registration and acquisition specifics. It includes seven line items, each representing a M978A4 vehicle with associated unique identifiers, acquisition costs (noted as $0.00), and quantities of one for each entry. Each vehicle is differentiated by registration numbers (e.g., NP2EVH, NP2EWE), indicating specific equipment configurations such as DF2 and JP8 carriers. The report emphasizes the need for accurate documentation and identification of military logistical assets within government inventory systems. It serves to ensure compliance with federal procurement standards and assists in managing state and local RFP requirements related to equipment tracking and asset management.
    The Form W-14, issued by the Department of the Treasury, serves as a Certificate of Foreign Contracting Party Receiving Federal Procurement Payments. This form is required for foreign contractors to claim potential tax exemptions under specific international agreements or procurement agreements. The document is structured into several parts: Part I collects identifying information about the foreign contracting party and the acquiring agency; Part II and Part III address exemptions based on international agreements or the production of goods/services in the U.S.; and Part IV provides detailed explanations supporting the exemptions claimed. The form emphasizes the mandatory certification of information provided under penalties of perjury, ensuring compliance with tax regulations under section 5000C. This certificate is crucial for foreign entities involved in U.S. federal procurement, facilitating compliance while also informing acquiring agencies of the tax responsibilities associated with foreign contracting. Notably, the form must be submitted to the acquiring agency, not the IRS, highlighting its role in federal contracting processes.
    This government file outlines a Request for Proposal (RFP) involving various responsibilities and requirements for contractors, specifically related to food service management, fuel distribution, and equipment handling at military installations. Key elements include the necessity for contractors to provide a Program Manager and Food Service Manager with specified authority, detail the cleaning responsibilities for contamination, and address the proper functioning of kitchen equipment. Questions from contractors pertain to formulas in pricing sheets, compliance with local laws, descriptions and measurements for items, and responsibilities regarding incidental property and maintenance. The U.S. Government (USG) addresses these by confirming corrections to the pricing sheets, clarifying authoritative roles, and stating that the contractor is not responsible for government-provided asset maintenance. Additionally, the file emphasizes the need for adherence to various environmental, safety, and regulatory standards under the Performance Work Statement (PWS). Overall, the document serves to clarify contractual obligations, ensure compliance with regulations, and provide guidance on operational procedures within the scope of this government contract.
    The document presents a Request for Proposal (RFP) for Logistics Support Services (LSS) for the U.S. Army Garrison Bavaria, with significant emphasis on qualifications for offerors. The RFP outlines a base period from May 10, 2025, to May 9, 2026, with two subsequent option periods extending to 2028. Offerors must have at least five years of relevant experience, particularly in logistics and support for military exercises, demonstrated by past contracts valued over $3 million annually. Additionally, the evaluation criteria include technical experience, subcontracting plans, supplier risk assessments, and price considerations. Registration in the System for Award Management (SAM) and compliance with various federal acquisition regulations (FAR) are mandatory. This RFP reflects the government’s commitment to contract with qualified vendors while ensuring regulatory adherence and fair competition amongst small business categories, including service-disabled veteran-owned and women-owned small businesses. The solicitation emphasizes both performance and compliance standards to facilitate effective contract execution and accountability.
    This document serves as an amendment to a federal solicitation, specifically government contract W912PB25R3000. It extends critical deadlines: the solicitation due date is postponed to January 31, 2025, and the deadline for vendor questions is extended to January 8, 2025. A site visit is scheduled for January 7, 2025, requiring prior registration by vendors. Responses to several vendor questions are outlined, confirming a three-year performance period (one base year plus two options), clarifying that the contract will be a single requirements contract rather than an IDIQ, and addressing limits on order values. The amendment emphasizes that all other terms of the solicitation remain unchanged and reinstates the importance of responding to the amendment's provisions to avoid offer rejection. This document reflects standard procedures in government procurement, ensuring clarity and guidance for contractors seeking to participate in the solicitation process.
    This document is an amendment (P0002) to solicitation W912PB25R3000, concerning the procurement of comprehensive logistics and support services for the Grafenwoehr Training Area and surrounding locations. The amendment updates the primary point of contact and addresses various vendor inquiries regarding the distribution of government assets, transportation, food services, and equipment requirements. Key clarifications include confirmation that food is provided by the government, the vendor's responsibility for transportation and equipment, and the requirement for vendors to meet certain licensing and bonding regulations. Additionally, it emphasizes that contractors are not allowed on military bases for housing and must arrange for their own transportation of goods and staff. The document stresses the need for vendors to be operationally ready by the beginning of the period of performance and clarifies that the contract should be priced in US dollars, particularly for US vendors. Overall, this amendment aims to provide clarity, enhance vendor understanding, and streamline the proposal submission process, ensuring efficient preparation for the contract requirements.
    This document serves as an amendment to solicitation W912PB25R3000, issued by RCO Bavaria. The purpose of this amendment is multi-faceted: it answers vendor questions, updates the ELIN sheet, and revises the Performance Work Statement (PWS), ensuring all other terms of the original solicitation remain unchanged. The amendment emphasizes the necessity for vendors to acknowledge receipt either through designated returns or written correspondence. The document also includes important contact information for inquiries, specifically naming Contract Specialist Kimberly Marra. This amendment signals ongoing communication and adjustments as vendors submit their questions, indicating the responsive nature of the contracting process. Overall, it reinforces the diligence in following procurement standards within government solicitations while facilitating vendor participation.
    This document serves as Amendment 0004 to Solicitation W912PB25R3000 for a Firm Fixed Price contract concerning logistics and management services. The amendment addresses clarifications from vendors regarding contract administration, proposal submission guidelines, task order estimates, and overall contract specifics. Key issues include the lack of minimum order requirements, absence of Section L (proposal instructions) and Section M (evaluation criteria), and the competitive landscape influenced by the incumbent contractor. The government responded by emphasizing that all costs must be included in overall pricing and reaffirmed that additional workload data is unavailable. The amendment also details multiple questions related to the scope of work, contractor responsibilities for management plans, staff qualifications, safety standards, environmental compliance, and specific service delivery items such as bulk water distribution, transportation services, and field dining operations. The document highlights the complexities of operational mandates and the government's expectations for contractor responsibilities and deliverables. Overall, this solicitation amendment underscores the need for potential bidders to thoroughly understand requirements and prepare comprehensive proposals in response to the solicitation’s conditions while navigating potential competitive disadvantages.
    The document primarily discusses Amendment 0005 related to solicitation W912PB25R3000, clarifying terms for food service support contracts within U.S. military installations in Germany. The amendment addresses vendor inquiries, modifies performance work statement (PWS) requirements, and specifies conditions such as bus response times for replacements and labor law compliance. Key changes include updating shuttle bus transportation protocols, reinforcing security access criteria for personnel, and detailing compliance with local labor regulations. The amendment clearly articulates responsibilities for the contractor regarding equipment maintenance, food service operations, and compliance with health standards. It states that necessary facilities and major kitchen equipment will be provided by the government while the contractor is responsible for food preparation, staffing, and coordination of services across varied military training grounds. The document emphasizes clarity in operational procedures and workforce qualifications, ensuring contractors understand requirements for effective service delivery, ultimately aiming to enhance logistical support for military training initiatives.
    This document outlines a government Request for Proposal (RFP) for Logistics Support Services (LSS) at U.S. Army Garrison (USAG) Bavaria, set for a period starting May 10, 2025, with two optional extension terms. The RFP seeks qualified contractors to provide logistical assistance for various military exercises and operations across multiple training areas in Germany. Key aspects include a submission deadline of January 31, 2025, and a requirement for contractor registration in the System for Award Management (SAM). Proposed offers will be evaluated based on technical experience, subcontracting plan, supplier performance risk, and pricing. Specific evaluation criteria outline the necessity of five years of relevant experience for contractors and designated personnel, along with a clear subcontracting strategy. The procurement process emphasizes compliance with federal regulations, including provisions concerning ethics, labor laws, and telecommunications regulations. Enhanced scrutiny will be applied to proposals from small and disadvantaged business categories, such as service-disabled veteran-owned and women-owned businesses. This RFP seeks to ensure competitive, compliant, and effective logistical support in alignment with U.S. military goals in Europe.
    The document outlines the Request for Proposal (RFP) from the Regional Contracting Office for Logistics Support Services (LSS) at USAG Bavaria, with a submission deadline of January 31, 2025. The contract includes a base period from May 2025 to May 2026, with two optional extension periods. Contractors must register with the System for Award Management (SAM) to participate. The RFP emphasizes the requirement for relevant experience in logistical support, specifically in mission rehearsal and field training exercises, and details the evaluation process based on technical merit, subcontracting plans, supplier performance risk, and pricing. Key requirements include a minimum of five years of experience in logistics, proof of past performance, and the ability to meet military standards. The RFP also incorporates clauses related to telecommunications regulations, compliance with business ethics, and various certifications to ensure adherence to federal guidelines. The overall objective of the procurement is to secure efficient logistics support for military training operations while affirming small business engagement, particularly with service-disabled veteran-owned and women-owned businesses. The document reflects the federal government's structured process for acquiring logistical services while ensuring compliance with procurement regulations.
    The document outlines a solicitation for logistical support services (LSS) from the Regional Contracting Office for the US Army Garrison Bavaria, with a focus on providing support for training exercises and operations in key locations in Germany. The contract spans a base period from May 10, 2025, to May 9, 2026, with two optional extension periods through 2028. The solicitation highlights requirements for contractors, including a minimum of five years of relevant experience and specific qualifications for management personnel. Additionally, it describes submission requirements regarding the System for Award Management (SAM) and the Wide Area Workflow (WAWF) systems for invoice processing. The evaluation criteria for contractor selection involve technical capabilities, subcontracting plans, supplier performance risk, and pricing, emphasizing the importance of past performance, relevant experience in logistics and training support, and compliance with federal regulations regarding telecommunications, business ethics, and labor standards. The document provides detailed instructions for submission, including clarifications on acceptable pricing formats and factors for contract award. This solicitation reflects the government's commitment to engaging qualified service providers through a structured evaluation process within federal procurement guidelines.
    Lifecycle
    Similar Opportunities
    Snow and Ice Control Services at USAG Bavaria - Vilseck and Grafenwoehr
    Buyer not available
    The Department of Defense, through the 409th Contracting Command, is soliciting proposals for Snow and Ice Control Services at the United States Army Garrison (USAG) Bavaria, specifically at the Vilseck and Grafenwoehr locations in Germany. The procurement involves a firm fixed price contract with a base period starting November 1, 2025, and includes four optional one-year extensions, aimed at ensuring timely and effective snow and ice removal to maintain operational safety during winter months. This contract emphasizes inclusivity, particularly encouraging participation from women-owned small businesses, and requires interested vendors to be registered in the System for Award Management (SAM) and to comply with various federal regulations. Proposals must be submitted electronically, and any inquiries should be directed to Holly Imbriaco at holly.c.imbriaco.civ@army.mil by the specified deadlines.
    Maintenance and Repair of Fire Control Center Systems - USAG Ansbach
    Buyer not available
    The Department of Defense, through the Regional Contracting Office - Bavaria, is preparing to solicit bids for the maintenance and repair of Fire Control Center systems at USAG Ansbach, located in Bavaria, Germany. This procurement will involve a Requirements Type Contract that includes Firm Fixed Price (FFP), Time and Material (T&M), and Labor Hour (LH) Contract Line Item Numbers (CLINs), with the evaluation based on low price technically acceptable factors. The services are critical for ensuring the operational readiness and reliability of fire control systems, and the solicitation is expected to be posted on the sam.gov website in December 2024. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to monitor the website for updates, as all documentation will be available online and no paper copies will be distributed. For further inquiries, potential bidders can contact Kimberly Marra at kimberly.l.marra.civ@army.mil or by phone at 314-526-8706.
    Maintenance, Inspection and Repair of Emergency Power Supply Systems(UPS) and Diesel Power Generator Systems(GEN) at USAG Bavaria Military Community Hohenfels, Germany
    Buyer not available
    The Department of Defense, through the 409th Contracting Command, is soliciting proposals for the maintenance, inspection, and repair of Emergency Power Supply Systems (UPS) and Diesel Power Generators (GEN) at the USAG Bavaria Military Community in Hohenfels, Germany. The contract will encompass a range of services including preventive maintenance, troubleshooting, and emergency repairs, with a performance period starting on September 1, 2025, and extending through August 31, 2030, including four optional one-year extensions. These systems are critical for ensuring operational readiness and reliability in military facilities, underscoring the importance of maintaining robust power supply systems. Interested contractors must register for a site visit scheduled for July 16, 2025, and submit their proposals by the specified deadlines, ensuring compliance with all solicitation requirements. For further inquiries, contact SSG Mira Emerlo M. Mejala at miraemerlo.m.mejala.mil@army.mil or via phone at 314-526-8758.
    Maintenance, Inspection and Repair of Emergency Power Supply Systems (Uninterruptible Power Supply (UPS) and Diesel Power Generator Systems (GEN)) at USAG Bavaria Military Community Grafenwoehr and Vilseck, Germany
    Buyer not available
    The Department of Defense, through the 409th Contracting Command, is soliciting proposals for the Maintenance, Inspection, and Repair of Emergency Power Supply Systems, specifically Uninterruptible Power Supply (UPS) and Diesel Power Generator Systems, at USAG Bavaria's Tower and Rose Barracks in Germany. The contract, which is set to commence on September 1, 2025, includes a one-year base period with four additional one-year option periods, and will utilize a low price technically acceptable evaluation method for selecting the successful offeror. These services are critical for ensuring operational readiness and reliability of power systems within military facilities, emphasizing the importance of maintaining essential backup power during outages. Interested contractors must submit their proposals electronically and are encouraged to attend a site visit scheduled for July 16, 2025, with inquiries directed to SFC Shalynn A. Evans at shalynn.a.evans.mil@army.mil.
    Amendment 4 - Solicitation - Spangdahlem Local Drayage
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Local Drayage contract at Spangdahlem Air Base in Germany. The contract requires the successful bidder to manage the transportation and logistical operations of government-owned furnishings, ensuring compliance with specified performance standards and operational protocols. This opportunity is critical for maintaining efficient logistical support within military operations, reflecting the importance of reliable transportation services in a military context. Interested contractors should direct inquiries to Camille Bowen at camille.bowen.1@us.af.mil or Angelo Minisini at angelo.minisini@us.af.mil, with a submission deadline for quotes set for July 18, 2025, at 1500 CEST.
    *DRAFT RFP* - Special Operations Forces (SOF) Global Logistics Support Services II (GLSS2) Contract
    Buyer not available
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is seeking proposals for the Special Operations Forces (SOF) Global Logistics Support Services II (GLSS2) contract. This procurement aims to provide comprehensive global lifecycle logistics support for Special Operations Forces, focusing on three core competencies: streamlined design and rapid prototyping, production and integration, and lifecycle sustainment activities across various platforms. The contract, which has a maximum ceiling value of $10.53 billion and spans a potential ordering period of up to 12 years, is intended to enhance logistics operations and support the operational readiness of USSOCOM. Interested parties should submit their feedback on the draft RFP by July 16, 2025, with the final RFP expected to be released around September 15, 2025. For inquiries, contact Brian C. Hubbs at Brian.C.Hubbs.civ@socom.mil or Michael Geegan at Michael.T.Geegan.civ@socom.mil.
    Logistics and Transportation Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for Logistics and Transportation Support Services at the Combat Readiness Training Center in Gulfport, Mississippi. This competitive acquisition is intended to fulfill non-personal service requirements as outlined in the Performance Work Statement (PWS), with a performance period expected from September 30, 2025, to September 29, 2026, including two optional one-year extensions. The contract is set aside exclusively for the 8(a) program, with an applicable NAICS code of 541614 and a size standard of $20 million. Interested parties must register in the System for Award Management (SAM) and are encouraged to monitor SAM.gov for the solicitation release, anticipated around July 15, 2025, and for any updates or amendments. For inquiries, contact TSgt Andrew Cates at andrew.cates.2@us.af.mil or SMSgt Michael S. Hornbeck at michael.hornbeck@us.af.mil.
    Wilhelmshaven, Germany S&RTS
    Buyer not available
    The United States Transportation Command (USTRANSCOM) is seeking information from potential contractors for Stevedoring and Related Terminal Services (S&RTS) at the Port of Wilhelmshaven, Germany. The objective is to identify capable sources for an Indefinite Delivery Indefinite Quantity (IDIQ) contract, which is anticipated to commence on March 1, 2026, and run through February 28, 2031, with an optional six-month extension. These services are crucial for managing the import and export of Defense Transportation System (DTS) cargo, particularly Class V Ammunition & Explosives, supporting U.S. military operations in northern Germany. Interested parties must submit their responses, including a completed Information Sheet and Market Research Survey, by 8:00 A.M. (CDT) on July 21, 2025, via email to the designated contacts, Douglas Otten and Casey Schuette.
    FY25 EAGLE II BOA RFP
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command in Rock Island, Illinois, is soliciting proposals for the Enhanced Army Global Logistics Enterprise (EAGLE II) Basic Ordering Agreement (BOA) to provide comprehensive logistics support services. This procurement encompasses maintenance, supply, and transportation support services, aimed at enhancing the Army's operational readiness and efficiency across various installations in the United States. The total estimated funding for this initiative is approximately $390 million, with a focus on promoting small business participation through a total small business set-aside. Interested contractors must submit their proposals by the revised deadline of July 17, 2025, and can direct inquiries to primary contact Hannah J. Kennedy at hannah.j.kennedy.civ@army.mil.
    Domestic Operations Venue Manager Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for Domestic Operations Venue Manager Support Services under a combined synopsis/solicitation notice. The contract, designated as W912JB-25-Q-A071, aims to provide personnel, equipment, and operational oversight for domestic operations, aligning with national training requirements, and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). This contract will be structured as a firm-fixed price with a base year and four option years, commencing in August 2025, and requires detailed proposals that meet federal guidelines, including compliance with SAM registration and FAR clauses. Interested parties must submit their quotes by July 23, 2025, and should direct inquiries to Kelli Kelley at kelli.m.kelley3.civ@army.mil or by phone at 517-481-7852. Note that funding for this acquisition is contingent upon future appropriated funds.