Solicitation for Fiscal Year 2025 Cost Analysis Support (CAS) Services Indefinite Delivery Indefinite Quantity (IDIQ)
ID: W912CH-24-R-0172Type: Solicitation
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
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due May 8, 2025, 9:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is soliciting proposals for Cost Analysis Support (CAS) services through an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Fiscal Year 2025. This contract aims to provide non-personal services for cost, economic, and technical analyses related to various weapon systems and acquisition programs across the Department of the Army, Department of the Navy, and United States Marine Corps. The total acquisition ceiling for this contract is approximately $83 million, and it will be awarded on a competitive basis with a focus on small businesses, utilizing Best Value Tradeoff Source Selection procedures that prioritize experience over price. Interested contractors should direct inquiries to Ashley Treier or Chardae Walton via their provided emails, and must ensure compliance with submission requirements outlined in the solicitation documents, including demonstrating relevant past performance and adhering to pricing guidelines.

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.
Apr 8, 2025, 6:05 PM UTC
The document outlines requirements for submitting contract experience to demonstrate eligibility for a federal RFP. Offerors must provide up to three contracts, detailing the prime contractor’s information, contract numbers, performance period, and comparability to the specified Performance Work Statement (PWS) activities, such as Life Cycle Cost Estimates and Business Case Analyses supporting U.S. Department of Defense ground vehicle programs. The experience submissions must reflect recent contracts performed within the last five years, as evaluated by the government. Offerors are instructed to only fill highlighted sections of a provided matrix and to refrain from exceeding the submission limit to avoid deficiencies. Definitions and expectations for the quality and relevance of the submissions are clearly outlined, emphasizing the importance of demonstrating actual performance through distinct efforts rather than mere contractual instruments. This document serves as a critical guide for contractors aiming to meet federal guidelines and successfully bid on government projects.
Feb 27, 2025, 12:05 PM UTC
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.
Feb 27, 2025, 12:05 PM UTC
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.
Apr 8, 2025, 6:05 PM UTC
The document in question appears to be inaccessible due to an error in file display. As a result, it cannot be read or analyzed to extract specific information on its main topic, key ideas, or supporting details. Without the content of the document, a summary cannot be produced. In the context of government RFPs, federal grants, and state/local RFPs, such documents typically outline funding opportunities, eligibility criteria, application procedures, and evaluation metrics. A successful summary would encapsulate these aspects while adhering to the required conciseness and clarity. However, given the current situation, no summarization can be performed. Further review or an accessible version of the document would be needed to fulfill this task accurately.
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.
Sep 3, 2024, 7:04 AM UTC
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.
The document outlines a Request for Proposal (RFP) for a non-personal services contract to provide Cost Analysis Support (CAS) for various Program Executive Offices (PEOs) within the U.S. Army and Department of Defense. The contract, structured as a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) agreement, will span five ordering periods and has a total acquisition ceiling of approximately $83 million. Services required include cost, economic, and technical analyses of weapon systems and acquisition programs. The RFP emphasizes the importance of the skill set required for personnel involved, specifying qualifications such as relevant degrees and years of experience in cost analysis. It also details the evaluation process for proposals, with submission through the System for Award Management (SAM) platform. Key compliance elements include monitoring of performance standards, oversight via a designated Contracting Officer Representative (COR), and adherence to physical security and travel requirements. The RFP notifies contractors of potential operational impacts due to elevated threat conditions. This document serves as a vital tool for federal contractors interested in responding to government solicitations, ensuring that proposals meet necessary government standards and align with defined mission objectives.
Similar Opportunities
COST OF CAPITAL
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Atlantic, is seeking proposals for a contract titled "Cost of Capital." This opportunity involves the procurement of professional, scientific, and technical services under NAICS code 541990, which encompasses a broad range of support services. The selected contractor will be expected to fulfill the requirements outlined in the attached combined synopsis and solicitation documents. Interested parties can reach out to Lilibeth Colorado at lilibeth.g.colorado2.civ@us.navy.mil or by phone at 757-322-4919, or Linda Stein at linda.c.stein.civ@us.navy.mil or 757-322-4489 for further information.
CAC Refresh
Buyer not available
The Department of Defense, specifically the Army Contracting Command in New Jersey, is soliciting proposals for a firm fixed price contract titled "CAC Refresh." This opportunity is a total small business set-aside and involves commercial and institutional building construction, with a focus on the maintenance of office buildings as outlined in the attached Statement of Work (SOW). The contract is significant for ensuring the upkeep and functionality of Army facilities, with an estimated start date of approximately May 30, 2025. Interested parties should direct inquiries to Bryan Thompson at bryan.e.thompson20.civ@army.mil or 520-687-5375, or Stephanie Howell at stephanie.m.howell2.civ@army.mil or 609-562-5335, and must adhere to the specified response date for proposals.
Chemical Agent Resistant Coating-Low Solar Absorption (CARC-L) Paint System Synopsis
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command-Detroit Arsenal, is seeking proposals for a Firm Fixed Price, 3 Year Indefinite Delivery Indefinite Quantity (IDIQ) contract for a Chemical Agent Resistant Coating-Low Solar Absorption (CARC-L) Paint System. This procurement aims to secure a specialized paint system that meets military standards for chemical resistance and low solar absorption, which is crucial for enhancing the durability and effectiveness of military equipment. The solicitation is set to be issued on or about May 5, 2025, with a closing date around June 4, 2025, and an anticipated award date in the fourth quarter of Fiscal Year 2025. Interested small businesses must be registered in the DoD's System for Award Management and can direct inquiries to Lauren Wagner at lauren.e.wagner10.civ@army.mil.
Chemical Agent Resistant Coating-Low Solar Absorption (CARC-L) Paint System Synopsis
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command-Detroit Arsenal, is seeking proposals for a Chemical Agent Resistant Coating-Low Solar Absorption (CARC-L) Paint System. This procurement aims to establish a Firm Fixed Price, 3 Year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the supply of this specialized paint system, which is crucial for military applications requiring low solar absorption properties. The solicitation is set to be issued on or about May 5, 2025, with a closing date around June 4, 2025, and is designated as a total small business set-aside, encouraging participation from small businesses. Interested contractors must be registered in the DoD's System for Award Management (SAM) and can direct inquiries to Lauren Wagner at lauren.e.wagner10.civ@army.mil.
Chemical Agent Resistant Coating-Low Solar Absorption (CARC-L) Paint System DRAFT RFP
Buyer not available
The Department of Defense, specifically the Army, is seeking proposals for the procurement of a Chemical Agent Resistant Coating - Low Solar Absorption (CARC-L) paint system through a draft Request for Proposal (RFP). The contract will be structured as a Firm-Fixed Price Indefinite-Delivery/Indefinite-Quantity (IDIQ) agreement, with a focus on small business participation as it is a 100% Small Business Set-Aside. This procurement is critical for military applications, ensuring compliance with specific military standards for paint performance, including color options and reflectance requirements. Interested contractors are encouraged to provide feedback on pricing models and submit their proposals, with the primary contact for inquiries being Lauren Wagner at lauren.e.wagner10.civ@army.mil. The solicitation emphasizes the importance of adhering to technical specifications and submission guidelines, with a total estimated quantity of approximately 31,431.7 gallons over the contract period.
Multiple Award Construction Contract (MACC) - Large Scale Military Projects
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFACSYSCOM), is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects primarily in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract will encompass general construction activities, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The projects will involve various types of facilities, including administrative, industrial, and maintenance buildings, and will require compliance with federal guidelines, including small business participation. Interested contractors must submit proposals by May 6, 2025, and can direct inquiries to Molly Lawson at molly.lawson@navy.mil or Vivienne Moore at vivienne.e.moore.civ@us.navy.mil for further information.
Natick Soldier Systems Center Multiple Award Task Order Contract (MATOC) for Construction
Buyer not available
The Department of Defense, through the Army Contracting Command-Aberdeen Proving Ground, is seeking qualified small businesses for the Natick Soldier Systems Center Multiple Award Task Order Contract (MATOC) for construction-related services. This pre-solicitation notice outlines the intent to award up to ten Indefinite Delivery Indefinite Quantity (ID/IQ) contracts for real property maintenance, alterations, and minor construction at the Natick facility, with a focus on various general construction tasks including renovations, HVAC, plumbing, and site work. The estimated contract value ranges from $25 million to $100 million, with the solicitation anticipated to be issued in May 2025 and a contract performance period of five years, followed by an optional three-year extension. Interested parties should ensure their registration in the System for Award Management (SAM) and may contact Alexander M. Ponusky at alexander.m.ponusky.civ@army.mil for further information.
610 Command and Control Squadrons Operations, Maintenance, and Repairs Indefinite Delivery Indefinite Quantity (610 CACs OMR IDIQ)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the 610 Command and Control Squadrons Operations, Maintenance, and Repairs Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to secure cost-effective operations, maintenance, and repair services for Non-Real Property equipment, ensuring the functionality and longevity of the 610 CACS missions through comprehensive life cycle maintenance practices. The contract will be awarded as a firm-fixed price IDIQ with a five-year ordering period, and it is exclusively set aside for 8(a) small businesses. Interested contractors must submit their quotes by May 5, 2025, and all inquiries should be directed to Megan Middleton at megan.middleton.5@us.af.mil by April 4, 2025.
Product Manager (PdM) Combat Service Support Equipment (CSSE) Services RFI
Buyer not available
The Department of Defense, through the Marine Corps Systems Command (MARCORSYSCOM), is seeking responses to a Request for Information (RFI) for Acquisition Lifecycle Management Support related to the Product Manager Combat Service Support Equipment (CSSE). The objective is to gather capabilities statements from interested vendors to assist in planning and executing acquisition programs that encompass logistics, engineering, risk management, and training for various Marine Corps systems. This initiative is crucial for ensuring the effective development and staffing of programmatic efforts that support the Marine Corps' operational requirements. Interested parties must submit their white papers by May 8, 2025, and direct any questions to Jessica Munoz at jessica.m.munoz.civ@usmc.mil or Ebony King at ebony.king@usmc.mil by April 15, 2025. Responses will become government property, and there is no obligation for the government to contract for the requested services.
GSL Support Services Contract
Buyer not available
The Department of Defense, specifically the U.S. Army Engineer Research and Development Center (ERDC), is seeking proposals for the GSL Support Services Contract, aimed at providing technical and administrative support for various research and development activities in civil and military engineering. The contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with a five-year ordering period and a total capacity of $20 million, focusing on tasks such as conducting technical reviews, laboratory experiments, and logistical support across multiple fields including structural dynamics and materials science. Interested contractors must maintain a DOD SECRET Facility Clearance and demonstrate relevant experience and qualifications, with proposals evaluated based on Technical Capability, Past Performance, and Price. For further information, potential offerors can contact Janalyn Dement at Janalyn.H.Dement@usace.army.mil or Christy Love at Christy.J.Love@usace.army.mil, with proposals due as specified in the solicitation documents.