469 KB
Mar 27, 2025, 11:04 PM UTC
The document outlines a Performance Work Statement (PWS) for a Multiple Award Task Order Contract (MATOC) aimed at providing Real Property Support Services to the Department of Defense (DoD), specifically managed by the U.S. Army Corps of Engineers (USACE). The contract addresses deficiencies in maintaining accurate data within Real Property Systems, which can result in audit failures and funding issues. Contract services include data maintenance in various Real Property systems, provision of Subject Matter Experts (SMEs) to support Garrison staff, and conducting standalone studies and analyses related to real property management.
The PWS emphasizes the need for audit readiness, compliance support, IT systems expertise, and accurate field data validation. Contractors will be responsible for obtaining training and maintaining compliance with federal, state, and local laws. Potential work locations range from the contractor's office to various DoD sites, including overseas. The contract duration is set at a 24-month base period with three optional extensions.
Key personnel, including a Program Manager and trained SMEs, must meet strict qualification standards, including knowledge of specific Real Property systems and relevant regulations. The document also covers safety, security, and reporting requirements to ensure compliance and effective performance management throughout the contract's duration.
187 KB
Mar 27, 2025, 11:04 PM UTC
The U.S. Army Corps of Engineers is issuing a Request for Information (RFI) regarding the Real Property Support Services III (RPSS III) initiative, currently classified under NAICS code 541611 (Administrative Management and General Management Consulting Services). The objective is to gather industry feedback for potentially identifying a more suitable NAICS code to better align with the project scope, as the government considers transitioning from a Single Award Task Order Contract to a Multiple Award Task Order Contract. Respondents are requested to provide insights on how alternative codes, specifically 541990 or 561499, affect their ability to compete and qualify as total Small Business 8(a) contractors. The government aims to assess potential barriers to participation and gather suggestions for codes that ensure small business involvement while aligning with the required services. Inputs are to be submitted by April 4, 2025, and the RFI emphasizes that this is not a solicitation, and no reimbursement will be provided for responses. The intent is purely for market research to inform the final acquisition decision.