ILARNG CERF-P EXEVAL 2025
ID: W91SMC25RA001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7M6 USPFO ACTIVITY IL ARNGSPRINGFIELD, IL, 62702-2399, USA

NAICS

Educational Support Services (611710)

PSC

SUPPORT- PROFESSIONAL: PROGRAM EVALUATION/REVIEW/DEVELOPMENT (R410)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking proposals for the ILARNG CERF-P External Evaluation (EXEVAL) scheduled for March 26-29, 2025, in Sparta, Illinois. The contract aims to provide essential support services, including role players, moulage, mannequins, and ambulance support, to enhance the training and certification of the Illinois Chemical Biological Radiological Nuclear (CBRN) Chemical Enhanced Response Force Package (CERFP) for domestic contingencies. This procurement is critical for improving the state's CBRN response capabilities and ensuring compliance with federal and state regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by March 4, 2025, with all inquiries due by February 25, 2025. For further information, contact Lawrence Romang at lawrence.j.romang.civ@army.mil or Donald Piper at donald.g.piper6.mil@army.mil.

    Files
    Title
    Posted
    The Illinois Chemical Biological Radiological Nuclear (CBRN) Chemical Enhanced Response Force Package (CERFP) seeks contractor support for the External Evaluation (EXEVAL) scheduled for March 26-29, 2025, in Sparta, IL. This contract focuses on providing role players, moulage, mannequins, and ambulance support to enhance the training and certification of the IL CERFP's readiness for domestic contingencies. The contractor is required to manage a team of role players and support personnel in simulated real-world scenarios, ensuring safety and compliance with federal and state regulations. The contractor must provide comprehensive services, including quality control, safety training, and transportation for role players. They will also construct and manage a Structural Collapse Venue Site (SCVS) for training. The period of performance specifies preparation responsibilities before the event, with a contingency backup date due to potential government operational issues. Compliance with established Quality Assurance and Quality Control standards is emphasized. Contractors must be knowledgeable in National Incident Management System (NIMS) principles and have extensive experience in urban search and rescue operations. This EXEVAL is part of Illinois's broader commitment to improving its CBRN response capabilities in coordination with the National Guard Bureau.
    The IL CERFP External Evaluation Training Course solicitation is aimed at awarding a Firm Fixed Price (FFP) contract primarily to a Service-Disabled Veteran-Owned Small Business (SDVOSB). The evaluation will focus on technical acceptability and price, in accordance with Federal Acquisition Regulation (FAR). Proposals are due by March 4, 2025, and all questions must be submitted by February 25, 2025. The government intends to conduct the training event in March, with an alternative date in September if necessary due to a government shutdown. The proposals must include a 20-page Technical Proposal that demonstrates the offeror’s understanding of the requirements outlined in the Performance Work Statement (PWS), along with a pricing document with no page limit. Technical performance will be assessed based on the offeror's ability to meet the specified timelines and requirements, with a determination of acceptability based on simple yes/no responses. Price evaluation will consider reasonableness, completeness, and accuracy based on historical data and market research, but pricing will only be evaluated if the technical proposal is deemed acceptable. Overall, the solicitation emphasizes the need for clear, precise offers that align with federal guidelines and the specific requirements set forth by the government.
    The document outlines various clauses incorporated by reference and in full text within a federal government Request for Proposals (RFP) for commercial products and services. It includes compliance requirements related to compensation for former Department of Defense officials, whistleblower rights, safeguarding defense information, and provisions concerning business operations with foreign regimes, specifically those linked to the Maduro regime and suppliers from the Xinjiang Uyghur Autonomous Region. Additionally, the document mandates electronic payment submission procedures and highlights representations and certifications that offerors must complete regarding their business status, environmental disclosures, and tax compliance. It emphasizes compliance with numerous federal regulations, including those relating to greenhouse gas emissions and child labor. The purpose of these clauses is to ensure adherence to legal standards and ethical practices in government contracting, thereby safeguarding government interests while promoting transparency and accountability in procurement processes.
    Lifecycle
    Title
    Type
    ILARNG CERF-P EXEVAL 2025
    Currently viewing
    Solicitation
    Similar Opportunities
    NEARNG CERFP SYCTE and EXEVAL
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the NEARNG CERFP SYCTE and EXEVAL project through a Combined Synopsis/Solicitation. This procurement aims to engage qualified vendors to provide education and training services, as indicated by the NAICS code 611699, which encompasses all other miscellaneous schools and instruction. The services are crucial for enhancing the capabilities of the National Guard's Chemical, Biological, Radiological, and Nuclear (CBRN) response teams, ensuring they are well-prepared for various emergency scenarios. Interested small businesses are encouraged to reach out to Patricia Lee-Smith at patricia.h.lee-smith.civ@army.mil or Zachery Sehnert at zachery.l.sehnert.civ@army.mil for further details, as this opportunity is set aside for total small business participation.
    Role Players with Moulage and Real World Medical Svcs
    Buyer not available
    The Department of Defense, specifically the Colorado Army National Guard, is seeking quotes for the provision of role players with moulage and real-world medical services for training exercises at Buckley Space Force Base. The procurement requires the contractor to supply 40 role players and advanced medical simulation tools to facilitate realistic training scenarios focused on medical triage and emergency response evaluation, including the provision of fully staffed advanced life support ambulances. This initiative is crucial for enhancing the preparedness of emergency response teams and ensuring compliance with safety and operational standards. Interested small businesses must submit their quotes electronically by March 7, 2025, with a maximum contract price of $16.5 million. For further inquiries, contact Carlos A. Castillo at carlos.a.castillo8.civ@army.mil or 720-250-4033.
    DTRA CWMD Security Cooperation Engagement Program IDIQ
    Buyer not available
    The Defense Threat Reduction Agency (DTRA) is seeking contractors for the Countering Weapons of Mass Destruction (CWMD) Security Cooperation Engagement Program (CSCEP) through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objective of this procurement is to enhance the capabilities of partner nations in responding to Chemical, Biological, Radiological, and Nuclear (CBRN) incidents, thereby improving global security and national defense. This initiative is critical for training and equipping partner nations to effectively manage WMD threats, ensuring compliance with U.S. regulations and security protocols. Interested parties should note that the solicitation is expected to be released in the second quarter of fiscal year 2025, and they can direct inquiries to Eric M Rode at dtra.belvoir.ob.mbx.ob-bp-acquisitions@mail.mil.
    ACC-APG Natick Division FY25 Upcoming Aquisitions
    Buyer not available
    The Department of Defense, through the ACC-APG Natick Division, is announcing upcoming acquisitions for Fiscal Year 2025, aimed at enhancing capabilities related to chemical, biological, radiological, and nuclear defense. The procurement includes a variety of requirements such as the purchase of a CISCO AMP firepower system, professional services, peptide synthesizers, and HVAC maintenance, with contract values ranging from $110,032 to $49,201,610. These acquisitions are crucial for supporting the Joint Program Executive Office for Chemical, Biological, Radiological, and Nuclear Defense (JPEO CBRND) in its mission to ensure national security. Interested contractors can reach out to the Natick Division at usarmy.natick.acc-micc.mbx.ncd-internal-tasker@army.mil for further details, as the tentative award dates are set for early 2025.
    ACC-APG Competitive Opportunities: Edgewood Contracting Division February 2025 update
    Buyer not available
    The Department of Defense, through the ACC-APG Edgewood Contracting Division, is announcing upcoming competitive opportunities related to chemical and biological defense technologies, with a focus on initiatives from the Joint Product Executive Office for Chemical, Biological, Radiological, Nuclear Defense (JPEO CBRND). The procurement aims to enhance capabilities in areas such as colorimetric indicator detection technologies and tactical water purification systems, while also supporting technology transfer and collaboration with industry through Broad Agency Announcements (BAAs). This initiative is crucial for advancing the U.S. military's response to chemical and biological threats, with anticipated contract values ranging from $250,000 to over $100 million, and an Industry Day for Radiation Detection scheduled for June 2025 at Aberdeen Proving Ground. Interested vendors are encouraged to review the provided documents for specific guidelines, funding opportunities, and contact information for relevant offices to facilitate future collaboration.
    CIVIL WORKS BUSINESS INTELLIGENCE RISK MANAGEMENT FRAMEWORK CERTIFICATION AND CONTINUOUS MONTIORING
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the Civil Works Business Intelligence (CWBI) Risk Management Framework (RMF) Certification and Continuous Monitoring contract. This procurement aims to enhance cybersecurity compliance and operational efficiency by providing support services related to RMF certification, continuous monitoring, and change management for approximately 140 CWBI components. The selected contractor will be responsible for maintaining existing Authority to Operate (ATO) documentation, conducting vulnerability assessments, and implementing cybersecurity training, with the contract structured for a base year and two optional extensions. Interested parties must submit their proposals by February 20, 2025, and can direct inquiries to Helen Jacobson at Helen.Jacobson@usace.army.mil or David A. Kaplan at david.a.kaplan@usace.army.mil.
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Buyer not available
    Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00. The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding. The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks. The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price. Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024. To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil. The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.
    NDT Modernization
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Rock Island, is seeking proposals for the modernization of Non-Destructive Testing (NDT) equipment at the Rock Island Arsenal. The procurement aims to replace existing linear accelerators and X-ray tubes, with options for additional computed radiography technology and modular vaults, to enhance the Army's testing capabilities. This modernization is critical for improving defense manufacturing and technology infrastructure, ensuring compliance with national safety standards and operational readiness. Proposals are due by 10:00 AM on January 31, 2025, and interested vendors should contact Brandy Huesmann at brandy.m.huesmann.civ@army.mil or Ashley Moore at ashley.m.moore85.civ@army.mil for further details.
    Logistics Readiness Squadron Support 811111
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking industry input for Logistics Readiness Squadron Capabilities (LRS-C) services, with the aim of establishing a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) contract. This initiative is designed to enhance logistical support across various Air Force bases, covering essential services such as materiel management, traffic and vehicle management, fuels management, and transportation services, with a total performance period of up to six years. The procurement is critical for ensuring operational readiness and efficient logistics management across the Air Force's operational footprint. Interested vendors must submit their responses by March 3, 2025, to the designated contacts, Katelyn N. Timmermann and Lisa Pendragon, whose emails are katelyn.timmermann@us.af.mil and lisa.pendragon@us.af.mil, respectively.
    C1DA--556-25-109 A/E MEP at FHCC Fire Alarm Upgrade
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide Mechanical, Electrical, and Plumbing (MEP) services for a fire alarm upgrade project at the Captain James A. Lovell Federal Health Care Center (FHCC) in North Chicago. The procurement is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires specialized experience in healthcare facility design, with a focus on compliance with federal regulations and standards. This project is critical for ensuring the safety and operational efficiency of healthcare services, with an estimated contract value between $20 million and $25 million, and a design period of approximately 206 days followed by construction services lasting up to five years. Interested firms must submit their qualifications electronically by February 24, 2025, and can direct inquiries to Contracting Officer Lynn VanderVelde at Lynn.VanderVelde@va.gov or (414) 844-4872.