Army Community Support (ACS) & Family Advocacy Program (FAP) Support & Administrative Services for USAG Wiesbaden, Germany
ID: PAN40925P000_002015Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0409 AQ HQ CONTRACT =APO, AE, 09005, USA

NAICS

Other Individual and Family Services (624190)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Department of Defense is soliciting quotations for support and administrative services for the Army Community Support (ACS) and Family Advocacy Program (FAP) at the U.S. Army Garrison (USAG) Wiesbaden in Germany. The procurement aims to provide non-personal services, including family advocacy support, administrative management, and relocation assistance for military personnel and their families. This initiative is crucial for enhancing the well-being of military families and ensuring they have access to essential resources and support systems. Interested contractors must submit their proposals by April 28, 2025, with all submissions required to be in English and compliant with federal regulations. For further inquiries, contact Kathleen Balon at kathleen.balon.civ@army.mil or Aaron Ritter at aaron.m.ritter.civ@army.mil.

    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for a non-personal service contract to support the Family Advocacy Program (FAP) within the Army Community Service (ACS) at USAG Wiesbaden. The contractor is tasked with providing administrative support, family advocacy services, and relocation assistance for military personnel and their families. Key responsibilities include maintaining documentation, conducting training sessions, providing victim advocacy, and facilitating communication within the program. The contractor is responsible for ensuring qualified personnel, developing a Quality Control Plan (QCP), and complying with rigorous security and training requirements including background checks and anti-terrorism training. The contract spans one base year with two optional extension years. Additionally, the contractor must provide necessary equipment and ensure the safeguarding of government property while following safety and operational procedures set forth by military policy. This PWS serves to enhance readiness and resilience among military communities by addressing the unique challenges faced due to the military lifestyle. Overall, the document emphasizes collaboration between the contractor and government organizations to maintain high standards of service provisions.
    The Performance Work Statement (PWS) outlines the requirements for a non-personal service contract with the Army Community Service (ACS) at USAG Wiesbaden, focusing on the Family Advocacy Program (FAP). The contract stipulates that the contractor must supply qualified personnel to support administrative services, provide domestic violence prevention and support services, and facilitate relocation assistance for military families. Key responsibilities include data management, communication, victim advocacy, and educational outreach regarding family violence. The contract spans one base year with two optional years, and emphasizes quality control, background checks for personnel, security protocols, and compliance with U.S. and German laws. The contractor is also responsible for maintaining necessary equipment, office materials, and delivering various reports and documentation to the government. This contract reflects the U.S. government's commitment to supporting military families in adapting to the unique challenges they face, ensuring that they have access to essential services and resources. The PWS incorporates detailed descriptions of expected deliverables, required qualifications for personnel, and stringent quality assurance measures to uphold the program's standards.
    This document serves as an addendum to FAR Provision 52.212-1, outlining instructions for offerors concerning the submission of proposals for commercial products and services. Email submissions are required at specified addresses, with a deadline of April 28, 2025. The offer must be in PDF format, not exceeding 10 MB, and must include several volumes detailing certifications, technical qualifications, experience, subcontracting information, and pricing. The evaluation process will utilize a Lowest Price Technically Acceptable (LPTA) approach, with submissions rated as "Acceptable" or "Unacceptable." Key evaluation factors include certifications, relevant experience, subcontracting details, and supplier performance risk. Price evaluations focus on completeness, fairness, and unbalanced pricing risks. Furthermore, an important note indicates that current funds are not available for this acquisition, meaning no contracts will be awarded until appropriated funds are available. The document emphasizes compliance with the provided instructions and conditions for the proposals to ensure eligibility for consideration.
    This document serves as an addendum to the federal solicitation for commercial products and services, specifically tailored under FAR 52.212-1. It outlines necessary instructions for offerors, including submission requirements, evaluation criteria, and compliance with specific qualifications. Offers must be submitted via email by April 28, 2025, and formatted in PDF, with strict adherence to size limits and submission addresses provided. The technical evaluation focuses on qualifications, experience, and subcontracting information assessed on an "Acceptable" or "Unacceptable" basis, with specific conditions for each evaluation factor. Price factors will also be evaluated to determine the Lowest Price Technically Acceptable (LPTA) offer. The document emphasizes the necessity for detailed documentation, including certifications and relevant experience in family systems and advocacy, along with adherence to specific regulations regarding foreign procurement taxation. Ultimately, funds are not currently available for award, indicating that no contracts will be finalized until appropriate funding is secured. This addendum is critical for stakeholders involved in government contracting, ensuring they understand the requirements for compliance and evaluation in the procurement process.
    This document serves as an addendum to FAR 52.212-1, detailing the submission process and evaluation criteria for an upcoming federal solicitation. It specifies that email submissions must be sent to designated addresses with clear subject lines and includes critical dates, such as the due date of April 28, 2025. Offerors must submit their proposals in English and PDF format, adhering to strict size limits and timelines for questions. The structure of the proposal includes several volumes, where Volume I focuses on certifications and representations, and Volume II emphasizes technical qualifications and pricing. Technical qualifications entail demonstrating relevant experience and qualifications according to family advocacy and cultural adaptation services outlined in the Performance Work Statement (PWS). Price submissions must be complete, with offers subjected to evaluations of completeness, unbalanced pricing, and fairness. The evaluation methodology follows a Lowest Price Technically Acceptable (LPTA) approach; offers rated as "unacceptable" cannot be awarded, and the government reserves the right not to award any contracts. The document stresses the importance of compliance with all solicitation terms and the requirement for funding availability prior to contract awards. Overall, it sets a comprehensive framework for prospective offerors in the federal contracting process.
    The document outlines a request for proposals (RFP) concerning FAP (Family Assistance Program) Services, which include Administrative Services, Cultural Adaptation Services, Relocation Support Services, and Reception and Administrative Services. The RFP comprises three phases: a base year and two option years, with all service quantities specified to last in months. Each service is listed with a unit price field, indicating that total pricing is to be calculated for each service category. While the total prices for each service and the overall cost without the phase details remain unspecified, the document emphasizes the need for detailed administrative and support services catered to families in need. The RFP is a part of broader federal and state initiatives aimed at improving support systems for disadvantaged populations. It highlights the commitment to provide not only practical assistance but also culturally sensitive services to facilitate smoother transitions for families utilizing these programs.
    The document primarily addresses compliance and representation requirements for federal contracts under various provisions, particularly regarding telecommunications and surveillance equipment. It details prohibitions against using covered telecommunications services or equipment as defined by the FAR and outlines specific representations Offerors must make about their use of such equipment. Furthermore, it includes sections on corporate responsibility, annual certifications, and specific certifications related to federal laws like the Buy American Act. The varying provisions within the document require Offerors to disclose relevant information regarding their ownership, control, and compliance with federal contracting regulations, including their involvement in prior legal proceedings. Ultimately, compliance is emphasized to ensure that only qualified entities can secure federal contracts and grants, focusing on safeguarding national interests and promoting fair business practices. The document serves as a crucial guideline for entities engaging in federally funded opportunities, mandating clear disclosures and adherence to established standards.
    The document outlines a project data sheet required for responding to government requests for proposals (RFPs). It is designed for offerors to provide pertinent experience related to specific projects. The format includes fields for project identification, the firm’s details (including name and contact information), work roles (e.g., prime contractor or subcontractor), contract specifics (number, title, location, award amount), and project timelines. The data sheet also prompts respondents to detail their project’s relevance to the requirements of the RFP. Additionally, it specifies the types of expertise demonstrated by the project, such as product design and manufacturing processes, and requires information about the contract type (fixed price, cost/time and material, etc.). Finally, it encourages a concise project description and an overview of the client or owner's information. The purpose of this document is to standardize the submission of relevant experience in relation to government contracts, ensuring a clear and comprehensive presentation of qualifications that align with the RFP’s criteria. The structured approach aids in assessing the capabilities and history of potential contractors, ultimately contributing to informed decision-making by the government.
    The document is an RFQ attachment designed for contractors to provide relevant experience in response to a government Request for Quotation (RFQ). It outlines the essential information that an offeror must include, such as contract details, work performed, and the nature of their involvement (prime contractor, subcontractor, or joint venture). Key sections include the contract number, title, award amount, customer details, and a description of the contract's relevancy to the RFQ requirements. The form emphasizes the importance of summarizing work experience clearly and concisely, with an overall length limit of two single-sided pages. This structured approach aids government agencies in assessing the qualifications of bidders for federal grants and projects, ensuring they align with specific contract requirements. The ultimate goal is to gather comprehensive and relevant contractor experience data to facilitate informed decision-making in selecting vendors for government contracts.
    The document serves as a contractor performance evaluation survey tool utilized by federal and state agencies to assess contractor performance. It outlines a structured method for evaluating contractors based on various criteria, including the quality of products/services, invoice management, adherence to schedules, business relationships, and management of key personnel. Each section requires evaluators to indicate their level of agreement, ranging from acceptable to unacceptable, with additional space provided for justifying any negative ratings. Key aspects include assessments of the contractor's conformity to contract requirements, timeliness of reports and invoices, responsiveness to technical directions and emergencies, and effective communication with project officials. Furthermore, the evaluation addresses labor turnover among key personnel and management effectiveness. The survey ensures structured feedback on contractor performance, facilitating future decision-making regarding contract renewals and performance improvement. This document is essential for maintaining accountability and ensuring contractor alignment with federal and state project standards.
    Form W-14, issued by the Department of the Treasury's Internal Revenue Service, serves as a certificate for foreign contracting parties receiving federal procurement payments. It requires identification details from the foreign contracting party and the acquiring agency, including names, addresses, and taxpayer identification numbers. The form has sections to claim exemptions based on international agreements and procurement agreements, allowing parties to indicate if relief from U.S. tax based on such treaties is applicable. Additionally, users must explain any exempt or nonexempt amounts in connection with contracts. The form includes a certification section where the foreign party, under penalties of perjury, declares the accuracy of the information provided and agrees to tax obligations. It is essential for compliance with federal procurement processes, ensuring that foreign entities can appropriately navigate U.S. tax laws and engage in government contracts while detailing their tax liabilities and exemptions. The file is intended for submission to the acquiring agency rather than the IRS, highlighting its role within federal contracting frameworks.
    The document outlines a Request for Quote (RFQ) related to a Government contract for various support services, consolidating previously existing contracts for the Family Advocacy Program (FAP) and Administrative Support Services. Key components include specifications for labor categories, contract type, evaluation criteria, and expectations for contractor performance. It addresses questions from potential offerors concerning staffing needs (including Full-Time Equivalents per service), historical workload data, requirements for experience and language proficiency, and clarifications regarding pricing structures. The Government aims for a Lowest Price Technically Acceptable (LPTA) evaluation methodology, underlining the importance of compliance with both U.S. and host nation labor laws. The document also emphasizes the appropriateness of NAICS code classification for small business participation. Responses clarify that contractors are responsible for service delivery without requiring direct government oversight, and details on necessary management structures, workspace provisions, and operational policies are thoroughly discussed. The consolidated nature of this solicitation signifies a strategic move to streamline service provision while ensuring regulatory adherence and service quality within operational parameters.
    This document outlines a Request for Quotations (RFQ) related to federal contracting services focusing on Family Advocacy Program (FAP) support. It consolidates services provided under previous contracts, emphasizing performance-based requirements. The government is soliciting bids to supply full-time equivalents (FTEs) for distinct service areas such as FAP Admin, Cultural Adaptation, and Relocation. Key inquiries revolve around incumbent contracts, staffing expectations, historical workload data, and the clarification of certification requirements for personnel. The document also highlights contractor responsibilities, including compliance with labor laws and the provision of adequate work environments. Contractors may propose staffing models aligning with contract specifications, though limitations concerning on-call duty coverage and governmental support for credentialing are clarified. Past performance evaluations are not part of the selection criteria, focusing instead on technical acceptability and compliance with price assessment policies. Overall, the RFQ reflects the government's strategic approach to enhancing service delivery through competitive procurement while addressing compliance and operational efficiency amidst statutory obligations.
    The Army Contracting Command (ACC) is issuing a Request for Quotes (RFQ) under solicitation number PAN409-25-P0000 002015 for various family advocacy and community services at USAG Wiesbaden. This solicitation is structured in accordance with Federal Acquisition Regulation (FAR) procedures, specifically under FAR 13.5, which facilitates simplified acquisition for commercial products and services. The contract will encompass multiple line-item numbers for services including Family Advocacy Program (FAP) research, administrative roles, cultural adaptation, relocation support, and reception services, with a base commitment of 12 months and options for two additional years. Compliance with a variety of regulatory requirements is mandated, including clauses related to subcontractor ethics, labor standards, and payment procedures. The government seeks to award the contract to the offeror whose quotation is the most advantageous, considering price and other factors. The document also outlines necessary provisions and clauses for bidders, with an emphasis on maintaining compliance throughout the contracting process. This RFQ illustrates the overarching goal of enhancing the welfare and support services available to military families within the Wiesbaden community.
    The Army Contracting Command (ACC) is soliciting quotations for a contract under solicitation number PAN409-25-P0000 002015, focusing on Family Advocacy Program (FAP) services for the U.S. Army Community Service at USAG Wiesbaden. The solicitation follows FAR Simplified Acquisition Procedures and seeks to engage vendors for various non-personal support services over a base year with options for two additional years. Key services include FAP administrative support, cultural adaptation, relocation assistance, and reception services, each defined in a Performance Work Statement. The selection process will employ a Lowest Price Technically Acceptable (LPTA) evaluation method to ensure the most advantageous proposal. Compliance with various federal acquisition regulations and clauses is required to safeguard U.S. interests, including provisions regarding subcontractors and labor standards. This procurement serves logistical and administrative needs for military family support, enhancing community integration and providing vital resources for service members and their families. The document outlines contractor expectations, pricing structure, and requirements for quotations, emphasizing the importance of adherence to established protocols and regulations within federal contracting frameworks.
    The Army Contracting Command (ACC) is soliciting quotations for a contract under solicitation number PAN409-25-P0000 002015, focusing on Family Advocacy Program (FAP) services for the U.S. Army Community Service at USAG Wiesbaden. The solicitation follows FAR Simplified Acquisition Procedures and seeks to engage vendors for various non-personal support services over a base year with options for two additional years. Key services include FAP administrative support, cultural adaptation, relocation assistance, and reception services, each defined in a Performance Work Statement. The selection process will employ a Lowest Price Technically Acceptable (LPTA) evaluation method to ensure the most advantageous proposal. Compliance with various federal acquisition regulations and clauses is required to safeguard U.S. interests, including provisions regarding subcontractors and labor standards. This procurement serves logistical and administrative needs for military family support, enhancing community integration and providing vital resources for service members and their families. The document outlines contractor expectations, pricing structure, and requirements for quotations, emphasizing the importance of adherence to established protocols and regulations within federal contracting frameworks.
    Similar Opportunities
    FY26 HESSEN BAVARIA DB SATOC
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the FY26 HESSEN BAVARIA DB SATOC project, which involves a firm fixed price, indefinite delivery/indefinite quantity contract for design-build construction. The primary objectives include facility repair, renovation, conversion, alteration, additions, and the procurement/installation of minor construction projects within the states of Bavaria and Hessen in Germany. This contract is crucial for maintaining and enhancing military infrastructure, ensuring that facilities meet operational needs. Interested parties can reach out to Melodie Clare at melodie.e.clare@usace.army.mil or Ryan Fernandez at RyanDale.R.Fernandez@usace.army.mil for further details regarding the solicitation process.
    Maintenance and Repair of Fire Control Center Systems - USAG Ansbach
    Dept Of Defense
    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.
    Repair, Install and Replace Ceilings, Walls and Doors within Buildings, USAG Bavaria, Grafenwoehr Military Community (W912PB26BA002)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the repair, installation, and replacement of ceilings, walls, and doors within buildings at the USAG Bavaria, Grafenwoehr Military Community, under solicitation number W912PB26BA002. This project encompasses a range of construction activities, including the installation of electronic locking systems, and requires compliance with both German and U.S. regulations, emphasizing safety, quality control, and environmental protection. The contract, valued at a maximum of €10,000,000.00, will be awarded to the lowest responsible bidder, with bids due by January 15, 2026, at 14:00 local time. Interested contractors should direct inquiries to Regina Rueckschloss at regina.rueckschloss.ln@army.mil or call 09641-70-526-8702 for further details.
    628 FSS Military and Family Readiness Support Services
    Dept Of Defense
    The Department of Defense, through the 628th Force Support Squadron (FSS) at Joint Base Charleston, South Carolina, is seeking qualified contractors to provide Military and Family Readiness Support Services. The procurement aims to deliver a range of support services, including financial management, personal and work-life balance assistance, employment support, and IT hardware/application support, all in compliance with DoD and Air Force standards. These services are crucial for addressing the unique challenges faced by military members and their families, ensuring their well-being and readiness. Interested parties must submit their capability statements and relevant information to Lt. Aaryn Scires at aaryn.scires.2@us.af.mil by January 14, 2026, at 10:00 AM EST, as this is a sources sought announcement for market research purposes only.
    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.
    Pest Management Services USAG Wiesbaden
    Dept Of Defense
    The Department of Defense, through the U.S. Army Garrison Wiesbaden, is seeking qualified contractors to provide pest management services, including both scheduled and on-demand pest control and surveillance, under a hybrid fixed price and time and materials contract. The contract will span five years, from February 2026 to January 2031, and will require the contractor to utilize an Integrated Pest Management (IPM) approach to address a variety of pests, including rodents, household insects, and public health pests, while adhering to all applicable laws and regulations. Interested parties must be registered in the System for Award Management (SAM) and are encouraged to review the draft Performance Work Statement (PWS) attached to the solicitation, which will be issued before or after November 24, 2025. For inquiries, contact Nancy N. Tagu at nancy.n.tagu.ln@army.mil or by phone at +49 611 143 5466722.
    ACTIVE VEHICLE BARRIER (AVB) AND GUARD BOOTH MAINTENANCE SERVICES
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Huntsville Center, is seeking qualified firms to provide preventive and corrective maintenance services for Active Vehicle Barrier (AVB) systems, Guard Booths, and associated Access Control Point (ACP) equipment across various locations in Europe, including Germany, Belgium, the Netherlands, Romania, and Bulgaria. The procurement aims to ensure the operational readiness and reliability of critical security infrastructure at military installations. Interested firms are encouraged to contact Jordan Millsap at jordan.millsap@usace.army.mil or by phone at 256-895-1582 for further details regarding this sources sought notice, which is part of ongoing market research to identify capable service providers.
    BATTLEFIELD STAFF RIDES (BSR) RENEWAL CONTRACT
    Dept Of Defense
    The Department of Defense, through the U.S. Army Regional Contracting Office Bavaria, is soliciting proposals for the Battlefield Staff Rides (BSR) Renewal Contract, aimed at providing educational services to U.S. Army Europe's subordinate commands. The contract, which will be a firm-fixed-price, Indefinite Delivery Indefinite Quantity (IDIQ) agreement, seeks to enhance leadership development through historical battlefield tours, including logistical support such as transportation, accommodations, and meals. With a maximum value of $15,294,484 and a guaranteed minimum of $5,000, the contract period spans from May 27, 2026, to May 26, 2031. Interested parties should contact Matthew Troyer at matthew.e.troyer.mil@army.mil or Andrea Lucas at andrea.r.lucas.ln@army.mil for further details and to ensure compliance with the proposal submission requirements.
    NAF Gymnastics Services
    Dept Of Defense
    The Department of the Air Force is soliciting proposals for gymnastics services at Ramstein Air Base, Germany, aimed at providing nonpersonal child gymnastics classes for the 86th Force Support Squadron Youth Program. Contractors are required to supply experienced and certified gymnastics instructors capable of teaching various age groups, with classes scheduled from January 13, 2026, to January 12, 2027, and options to extend through January 12, 2031. This opportunity is crucial for supporting youth development and recreational activities within the military community. Interested parties must submit their quotes by December 16, 2025, and direct any questions to Lena Kronen at lena.kronen.de@us.af.mil or A1C Jaideep Singh at jaideep.singh.1@us.af.mil.
    Education & Training Office Technology Support
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Education & Training Office Technology Support at Spangdahlem Air Base, Germany. This procurement seeks non-personal services to provide computer technology support for 60 computers utilized in U.S. Air Force voluntary off-duty education programs, which are critical for testing Service members for promotion exams and mandatory upgrade training. Interested contractors must demonstrate at least five years of relevant IT support experience and comply with various federal acquisition regulations, with responses due by January 5, 2026, at 1600 CEST. For further inquiries, interested parties can contact Philip T. at Philip.Miu.1@us.af.mil or Angie Pequeno at angelica.pequeno.1@us.af.mil.