DRAFT Solicitation for Fiscal Year 2025 Cost Analysis Services (CAS) Indefinite Delivery Indefinite Quantity (IDIQ)
ID: W912CH-24-R-0172Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC- DTAWARREN, MI, 48397-5000, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Contracting Command, is seeking proposals for Cost Analysis Services (CAS) through a Draft Solicitation for a Fiscal Year 2025 Indefinite Delivery Indefinite Quantity (IDIQ) contract. The objective is to provide non-personal services that include cost, economic, and technical analyses for major weapon systems, supporting various Program Executive Offices (PEOs) within the Department of Defense. This contract is crucial for enhancing the Army's analytical capabilities and ensuring effective resource allocation in military acquisitions. Interested small businesses must adhere to the submission guidelines outlined in the solicitation documents, including a completed pricing matrix and experience matrix, and can contact Ashley Treier at ashley.s.treier.civ@army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Government Format Pricing Model for a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract proposal. It specifies that offerors must complete designated yellow-highlighted cells and prohibits modifications outside these sections. Key components include a Total Proposed Price Summary, detailed ordering periods with required labor hours per category, and travel costs which are automatically calculated within the model. The pricing structure emphasizes labor categories, total labor and travel costs, and factors in options as per FAR 52.217-8. Each ordering period (1-5) requires input from the offeror regarding fully burdened labor rates (FBLR) and other expenses. The supported analysis includes total costs for the proposed labor and travel for each ordering period. The purpose of this document is to standardize the cost evaluation process for proposals, ensuring clarity and transparency in bidding processes for government contracts in alignment with federal guidelines. Offerors must follow strict submission protocols to avoid rejection of their proposals.
    The document outlines the requirements and protocols for contractors accessing sensitive and proprietary information while executing a task order for the Department of the Army. It establishes the contractor's obligation to use such information solely for the task order and to protect it from unauthorized disclosure to the public or outside parties. Contractors must indoctrinate staff accessing sensitive data and sign a Nondisclosure Agreement (NDA) to ensure compliance with federal regulations. The document also emphasizes the necessity for coordination with other designated government contractors, maintaining confidentiality, and resolving any performance-related issues within agreed deadlines. Additionally, all parties involved must enter into mutual nondisclosure agreements to safeguard proprietary data. This framework illustrates the government's commitment to protecting sensitive information, ensuring proper use, and fostering collaboration among contractors while adhering to regulatory standards. Overall, the aim is to secure data integrity and protect federal interests throughout the contract execution process.
    The document outlines the requirements for submitting contract experience as part of a federal Request for Proposal (RFP) process. Offerors must provide a maximum of three contracts demonstrating their performance as a prime contractor within the last five years. The submissions should be entered into specified yellow-highlighted cells of the Experience Factor Matrix (Attachment 0003), without altering the spreadsheet format. A valid contract must clearly indicate a distinct effort that has been performed, with examples including task or delivery orders; agreements that do not showcase actual performance, like indefinite delivery contracts, are excluded. Evaluation focuses solely on recent experience, with the need for information on performance periods and related contracting activity contacts. Failure to adhere to the three-submission limit will result in deficiencies in evaluation. The purpose of the document is to ensure that the submitted contracts adequately demonstrate the offeror's relevant experience to enable an informed government assessment.
    The Pre-Award Survey of Prospective Contractor Accounting System Checklist serves to evaluate a contractor's accounting system prior to receiving federal contracts. It requires detailed information about the company, including its CAGE code, DCAA audit details, and a designated point of contact. Contractors must indicate if their accounting system has been audited and whether it complies with Cost Accounting Standards (CAS). The checklist contains a series of questions addressing the adequacy of the accounting system in terms of GAAP, operational readiness, and its ability to segregate direct and indirect costs. Additionally, it requires descriptions of the system's capability to handle specific financial reporting and compliance requirements for government contracts. This document emphasizes the necessity for contractors to demonstrate their accounting practices are structured and compliant with federal regulations, ensuring transparency and accountability in the management of government funds. The thoroughness of the checklist aims to confirm the prospective contractor's financial integrity before any contractual agreements are made, thus safeguarding public resources.
    The document presents a notification regarding compatibility issues with a PDF viewer, specifically suggesting a need for an upgraded version of Adobe Reader to access the contents of a government file. The main topic revolves around ensuring users are equipped with the necessary software to view government RFPs, federal grants, and other related documents. It emphasizes the importance of having the appropriate technological tools to facilitate access to crucial government information. The document also mentions trademarks associated with Microsoft, Apple, and Linux, reinforcing the context of software usability and compatibility. However, it lacks specific details or substantive content related directly to government RFPs or grants, limiting further analysis on those subjects. Overall, the communication solely addresses technical support and software availability for accessing critical government documentation.
    The document outlines the Statement of Work (SOW) for a non-personal services contract providing Cost Analysis Support (CAS) to several Army Program Executive Offices. The contractor is responsible for delivering cost, economic, and technical analyses related to various military acquisition programs. The planned contract replaces previous agreements, maintaining the scope of similar cost data collection and analysis efforts. The Performance Work Statement specifies requirements across numerous task areas, including life cycle cost estimates, specialized cost analyses, and support for project management offices. Contractors must adhere to labor qualification guidelines and provide fully documented reports, ensuring methodologies and results are justifiable. Operational details encompass performance periods, meeting schedules, documentation procedures, and stringent security requirements for sensitive information. The ultimate goal is to support effective decision-making within the Department of Defense while ensuring compliance with regulatory and contractual obligations over the five-year contract term. Regular performance assessments will be conducted to gauge the contractor's effectiveness and accountability throughout the engagement. This contract is indicative of the government’s structured approach to procurement, emphasizing expertise in cost analysis to enhance military readiness and efficiency.
    This document outlines a Request for Proposal (RFP) for a Cost Analysis Support (CAS) contract aimed at assisting the U.S. Army and the United States Marine Corps in analyzing major weapon system programs. The contract is structured as a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) and comprises five ordering periods of one year each, with an optional six-month extension. Key services include technical and economic analysis of combat systems, ensuring compliance with acquisition strategies and financial management. The work emphasizes performance measures, including delivering detailed cost estimates, performing life cycle cost analyses, and supporting Program Executive Offices. A significant aspect of the contract is the stipulation for contractor personnel to have advanced qualifications in cost analysis methodology. The proposal evaluation follows specific criteria detailed within the RFP, ensuring that all submissions meet government standards. Additionally, the document contains provisions regarding contractor obligations for security, data management, and communication processes. Overall, the RFP exemplifies the government's commitment to acquiring professional support for effective analysis and management of defense resources.
    The document outlines a Request for Proposal (RFP) issued by the U.S. Army Contracting Command for non-personal services to provide Cost Analysis Support (CAS) for various Program Executive Offices (PEOs), including Combat Support and Ground Combat Systems. The contract will be a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract with five ordering periods and an optional six-month period. CAS services will encompass cost, economic, and technical analyses for major weapon systems of the Department of Defense, including the U.S. Army and Marine Corps. Proposals must adhere to specified evaluation criteria and incorporate risks related to Force Protection Conditions and potential organizational conflicts of interest. The contractor is responsible for qualified personnel, tasked with developing life cycle cost estimates, economic analyses, and contractor performance assessments. The scope includes maintaining documentation and reports, as well as providing training in analytical tools and methodologies. Overall, the RFP serves to enhance the Department of Defense’s analytical capabilities while ensuring compliance with established guidelines and standards, aiming for effective resource allocation and sound financial management in military acquisitions.
    The U.S. Army Tank Automotive and Armaments Command (TACOM) is conducting a Market Survey to assess interest among qualified contractors for cost analysis support related to various Department of Defense (DoD) ground vehicle programs. The survey aims to gather information about industry capabilities, including technical expertise and resources available to fulfill a projected 5-year contract. Work will be conducted at multiple Eastern U.S. locations. Contractors are encouraged to submit proprietary data, clearly marked, for confidentiality protection under Federal Acquisition Regulations. This request is strictly a Market Survey and not a Request for Proposal (RFP), with responses due by September 10, 2024. The scope of work includes conducting cost, economic, and technical analysis of the Army and Marine Corps acquisition programs, with focus areas including life cycle cost estimates, specialized data analysis, benefit comparisons, contractor performance analysis, and programmatic support. Contractors are asked to detail their experience in the attached questionnaire, covering topics such as previous work on DoD weapon systems, data collection processes, and cost analysis research. This survey reflects the Army's commitment to accurately assess industry capability to support its acquisition and budgeting needs effectively.
    Similar Opportunities
    Cost-of-Living Data Collection and Analysis
    Buyer not available
    The Department of Defense, through the Defense Human Resources Activity, is seeking proposals for a Cost-of-Living Data Collection and Analysis contract, aimed at supporting the Overseas Cost-of-Living Allowance (OCOLA) and Continental United States Cost of Living Allowance (CONUS COLA) programs. The contractor will be responsible for gathering and analyzing non-housing cost data and market basket prices across various locations, ensuring that service members are fairly compensated in high-cost areas. This initiative is crucial for enhancing the quality of life for over one million military personnel and their families. Proposals are due by March 24, 2025, and interested parties should contact Tameka Laws at tameka.j.laws.civ@mail.mil or Matthew Poole at matthew.c.poole.civ@mail.mil for further information.
    G1 - Non Clinical Case Management Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Non-Clinical Case Management Services to support the Wyoming Army National Guard under contract W912L3-25-R-A002. The primary objective of this procurement is to enhance medical readiness by managing and tracking Soldier Treatment Records and ensuring compliance with various electronic health systems. This contract, valued at $12,500,000, is set to commence on April 1, 2025, and run through March 31, 2026, with options for extension. Interested small businesses are encouraged to submit their proposals, which must include a technical proposal, pricing, and past performance information, by the specified deadlines, and can direct inquiries to Benjamin Taylor at benjamin.c.taylor10.mil@army.mil or Chelby Rush at CHELBY.K.RUSH.MIL@ARMY.MIL.
    FY 25 U.S. Army Contracting Command – Redstone Arsenal (ACC-RSA) Headquarters, Field, & Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
    Buyer not available
    The U.S. Army Contracting Command – Redstone Arsenal (ACC-RSA) is seeking innovative commercial solutions through a Commercial Solutions Opening (CSO) aimed at enhancing the Army's modernization efforts. This opportunity invites both traditional and nontraditional defense contractors to propose solutions that improve Army sustainment capabilities, focusing on areas such as supply chain innovation, maintenance technologies, and sustainment analysis studies, leveraging advancements in artificial intelligence, robotics, and data analytics. The CSO process includes multiple phases, starting with a solution brief submission, and is open until September 30, 2025, with evaluations based on technical merit and responsiveness to areas of interest. Interested parties can contact Carmen Madere at carmen.m.madere.civ@army.mil or Daniel Magar at daniel.e.magar.civ@army.mil for further information.
    FY25 ARCG RPI
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the FY25 ARCG RPI procurement, as outlined in a Combined Synopsis/Solicitation notice. This opportunity focuses on the manufacturing of office supplies, excluding paper, under the NAICS code 339940, and is categorized under the PSC code 7510. The goods procured will play a crucial role in supporting various operational needs within the Army, ensuring that essential office supplies are readily available. Interested vendors should reach out to Terence Calhoun at terence.r.calhoun.mil@army.mil or 502-626-2851, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details, as this contract is set aside for total small business participation.
    Army Continuing Education Services (ACES) Solicitation
    Buyer not available
    The Department of Defense, specifically the U.S. Army Reserve Command, is soliciting proposals for Education Support Services under the Army Continuing Education System (ACES). The contract aims to provide non-personal educational services at 14 education centers across the United States, focusing on supporting military personnel and their families with programs such as Tuition Assistance and Credentialing Assistance. This initiative underscores the Army's commitment to fostering lifelong learning and professional development for Soldiers transitioning to civilian life. The total contract value is approximately $24 million, with a performance period starting in March 2025 and extending through March 2030, including multiple option years. Interested parties can contact Michael I. Birney at michael.i.birney.civ@army.mil for further details.
    ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES as of November 2024
    Buyer not available
    The Department of Defense, through the Army Contracting Command (ACC-APG), is seeking industry partners for various contracting opportunities related to the C5ISR (Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance) program, with a focus on research, development, and support services in electronic warfare and advanced technologies. The procurement aims to enhance military capabilities through innovative solutions in areas such as Cyber and Electronic Warfare, technology-enabled analytics, and systems integration, aligning with the Army's modernization efforts. These contracts, which may range in value from under $25 million to over $500 million, will be awarded through a competitive process, with key deadlines and specific requirements outlined in the associated documents. Interested parties can contact Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil for further information.
    ACC APG Tenant Division Competitive/Fair Opportunity Industry Updates FY 2025
    Buyer not available
    The Department of Defense, through the Army Contracting Command - Aberdeen Proving Ground (ACC-APG), is providing updates on competitive acquisition opportunities for fiscal year 2025. This initiative aims to enhance communication between ACC-APG, mission partners, and industry stakeholders, with a focus on various procurement needs including construction, support services, and specialized equipment. Key projects include a $100M - $110M Post-Wide Minor Construction Recompete, a $12M - $15M Forestry Management Support Services contract, and a $5.5M contract for the DEWESOFT Sirus Data Acquisition System, among others. Interested vendors are encouraged to direct their inquiries to Ms. Yadira Colon at yadira.i.colon.civ@army.mil, with updates and additional information to be posted regularly. All procurement opportunities are subject to change, and no formal proposals should be submitted at this stage.
    Sources Sought Notice – CAS SciFinder
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is issuing a Sources Sought Notice for the procurement of CAS SciFinder services, which are critical for research and development activities. This opportunity seeks to identify potential vendors capable of providing access to a comprehensive web-based search portal for scientific literature and data, which is essential for informed decision-making in various defense-related projects. The services will be performed at West Point, New York, and are categorized under the NAICS code 519290, focusing on web search portals and information services. Interested vendors should reach out to Kelly Kotlik at kelly.p.kotlik2.civ@army.mil for further details regarding this procurement opportunity.
    ACC APG Installation & Technology Division (Formerly Tenant Division) Competitive/Fair Opportunity Industry Updates FY 2025
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is announcing a series of contracting opportunities for small businesses, particularly those eligible under the 8(a) Small Business Set-Aside program, for Fiscal Year 2025. The opportunities include a recompete for post-wide minor construction services estimated at $100M-$110M, environmental forestry management services valued at $12M-$15M, and stormwater management facilities maintenance with an estimated worth of $20M-$24M, among others. These contracts are crucial for supporting the varied service needs of military installations while ensuring compliance with federal regulations. Interested parties should note that these postings are for informational purposes only, and formal proposals should not be submitted until official solicitations are announced; for further inquiries, contact Yadira Colon at yadira.i.colon.civ@army.mil.
    ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES as of September 2024
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Aberdeen Proving Ground (ACC-APG), is seeking proposals for various research and development opportunities under the C5ISR (Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance) initiatives as of September 2024. The procurement focuses on enhancing capabilities in electronic warfare, cyber operations, and systems integration, with contract values ranging from under $25 million to over $500 million. These efforts are critical for advancing military effectiveness and ensuring optimal readiness in complex operational environments. Interested parties can reach out to Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil for further details and to stay informed about upcoming solicitations.