Synopsis: Cost Analysis Services (CAS) Indefinite Delivery Indefinite Quantity (IDIQ)
ID: W912CH-24-R-0172Type: Combined Synopsis/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
    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. This procurement aims to provide non-personal services for cost, economic, and technical analyses related to weapon systems and acquisition programs for various Program Executive Offices (PEOs) within the Army and Department of Defense. The contract, which has a total acquisition ceiling of approximately $83 million, emphasizes the importance of contractor experience in relevant fields, with a focus on recent contracts performed within the last five years. Interested small businesses must submit their proposals by May 19, 2025, and can direct inquiries to Ashley Treier at ashley.s.treier.civ@army.mil or Chardae Walton at chardae.l.walton.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines Amendment 0001 to Solicitation W912CH-24-R-0172 concerning the provision of Cost Analysis Support (CAS) services for multiple U.S. Army and Department of Defense organizations. Key revisions include changes to minimum labor qualifications, specifically clarifying the roles and experience required for various labor categories like Subject Matter Expert and Cost/Data Analysts. The amendment also removes references to travel discounts, updates pricing models, and extends the solicitation submission deadline from May 8, 2025, to May 15, 2025. The contract aims to provide non-personal services and qualified personnel for cost analyses and studies related to weapon system programs, emphasizing autonomy from government oversight. It details task orders under which services will be performed, including life cycle cost estimates, risk analysis, and contractor performance analysis. The document elaborates on the responsibilities of contractor personnel, including the necessity for a robust understanding of cost analysis methodologies, the management of subcontractors, and compliance with security and confidentiality regulations. Overall, the amendment facilitates the procurement process for essential analytical support while ensuring clarity and efficiency in contractual obligations.
    The document outlines Amendment 0002 to Solicitation W912CH-24-R-0172, highlighting revisions in labor categories and extending the proposal submission deadline for a service contract. Key updates include changes to labor titles, the introduction of a new Government Format Pricing Model (GFPM), and requirements for proposal content. The amendment specifies the necessity for offerors to provide three prime contract experiences, detailing their performance in relation to the U.S. Department of Defense’s military vehicle programs. Additionally, it clarifies proposal submission processes, including electronic formats and acknowledgment of amendments. The evaluation criteria emphasize experience and cost, significantly prioritizing experience, while maintaining that the best value dictates the award decision. The proposal must meet compliance standards, including facility clearance for classified material and a satisfactory cost accounting system. Offers should be comprehensive and adhere strictly to the outlined instructions to avoid rejection. This amendment underscores the government’s commitment to gathering competitive proposals from small businesses while ensuring clarity in contractual requirements and expectations.
    The document outlines the Government Format Pricing Model for a solicitation (W912CH-24-R-0172) regarding cost analysis support for PEO GCS & CS&CSS. It specifies the use of a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract for labor services, emphasizing that all highlighted cells in the provided pricing model must be completed for proposals to be considered valid. Key instructions include entering the offeror's name and phase-in price, inputting fully burdened labor rates for various labor categories, and noting travel costs, which utilize a predetermined amount. Extensive details are included for each ordering period (1-5), with calculations for total proposed prices and evaluated costs based on labor and travel rates. Additionally, the document mandates adherence to specific Federal Acquisition Regulation (FAR) guidelines and indicates potential rejection of incomplete proposals. The structure is organized into tabs for total proposed price summaries, ordering periods, and fixed price labor rates, providing a comprehensive framework for bidders to submit their proposals. Compliance with regulations and detailed financial proposals are emphasized to ensure fair and accurate evaluation of submissions.
    The document outlines the Government Format Pricing Model for a solicitation (W912CH-24-R-0172) concerning Cost Analysis Support for the PEO GCS & CS&CSS. It specifies that the contract will follow a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) structure. Key aspects include the requirement for offerors to fill in specified cells highlighted in yellow, with proposals lacking complete information subject to rejection. The pricing model consists of several tabs: the Total Proposed Price Summary, Ordering Periods, and Fixed Price Fully Burdened Labor Rates (FBLR). Offerors must input their name, phase-in pricing, and labor rates per category for five ordering periods while the total values are automatically calculated. Travel costs are proposed based on a government plug amount and are subject to negotiation. The document emphasizes adherence to contract provisions and provides a total evaluated price metric crucial for bid comparisons. This model facilitates transparent pricing proposals for the desired cost analysis support services over multiple periods, ensuring compliance with federal procurement guidelines.
    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 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.
    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 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.
    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 pertains to the Solicitation W912CH-24-R-0172 for Cost Analysis Support Services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The government outlines specific requirements and clarifications regarding proposal submissions, including the exclusion of subcontractors' past performance to enhance competition, lack of a page count for technical volumes, and the necessity for Facility Clearance documentation for subcontractors handling classified materials. It confirms the existence of an incumbent currently executing the contract and addresses inquiries on travel projections and requirements for joint venture documentation. Key elements also concern the qualifications for primary interfaces and technical leads within proposals and recent clarifications related to travel discounts. The government indicates forthcoming amendments for certain sections and confirms a roll-up of questions and answers will be made available to all offerors. Overall, the document is structured primarily in a Q&A format, reflecting the government's intent to provide clarity and guidance in the solicitation process.
    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
    Analytical Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for Analytical Support Services through a Combined Synopsis/Solicitation. The objective of this procurement is to obtain research, analysis, and development services that will enhance the Naval Aviation Enterprise's analytics capabilities, including modeling and dashboard improvements for comprehensive project analysis initiatives. This Total Small Business Set-Aside opportunity falls under NAICS code 541512, with a size standard of $34 million, and is intended to be awarded as a firm fixed-price Single-Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract. Interested vendors should direct their inquiries to Elden Greuber or Kalynn Jackson via email by the specified deadline, and all quotes must reference Solicitation N6852026Q1003.
    Office of Small Business Programs Support Services - Amend 7
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for the Office of Small Business Programs Support Services. The contract aims to provide comprehensive operational and management support, including business execution, strategic communication, and mentor-protégé program support, with a total award amount of up to $24,500,000. The performance period is set to begin in January 2026, lasting for one base year with four additional option years extending through January 2031. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil or Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.
    Statistician and Cost Accounting Analysis Services
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard Bureau, is seeking qualified vendors to provide Statistician and Cost Accounting Analysis Services through a Sources Sought notice. The contractor will be responsible for delivering expert technical analysis and recommendations related to budget functions, fiscal reporting, tracking, reconciliation, and reporting, with a focus on supporting the Planning, Programming, and Budget Execution System (PPBES). This opportunity is crucial for ensuring effective financial management within the Army National Guard, and the anticipated contract will be a Firm Fixed Price agreement with a five-year performance period. Interested 8(a) certified vendors in the Arlington, VA area must respond by December 17, 2025, providing company details, capabilities, and feedback on the draft Performance Work Statement, with primary contact Beau Armentor available at beau.j.armentor.mil@army.mil for further inquiries.
    FY23 Cost Estimating and EVM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Strategic Systems Programs, is seeking support services for cost estimating and earned value management. This procurement aims to enhance the efficiency and accuracy of project cost assessments and performance tracking within defense initiatives. The services are critical for ensuring that projects remain within budget and on schedule, thereby supporting the overall mission of the Department of Defense. Interested vendors can reach out to Christina Clark at christina.clark@ssp.navy.mil or call 202-451-3239 for further details regarding this opportunity.
    Sources Sought CAPE EVAMOSC Platform Support -
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is conducting market research via a Sources Sought Notice for the Enterprise Visibility and Management of Operating and Support Cost (EVAMOSC) platform support. The objective of this procurement is to identify qualified and experienced businesses capable of sustaining and enhancing the EVAMOSC platform, which provides critical data-driven insights into major acquisition program costs for the Office of the Secretary of Defense Cost Assessment and Program Evaluation (OSD-CAPE). This platform is essential for fulfilling congressional requirements related to the analysis of operating and support costs for major weapon systems. Interested parties must respond by January 2, 2026, at 10:00 AM (Eastern Time), and submissions should demonstrate relevant experience and confirm a Secret Facility Clearance, with an estimated contract ceiling value of $75 million under NAICS code 541512 (Computer Systems Design Services). For further inquiries, contact Gervonna Crump-Williams at gervonna.b.crump-williams.civ@mail.mil or Ronica Shelton at ronica.l.shelton.civ@mail.mil.
    W56KGY-18-D-0003/W56KGY-23-F-0023 Capabilities Drop 1 (CD-1) Justification and Approval FAR 16.505(b)(2)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is issuing a delivery order under the base IDIQ contract W56KGY-18-D-0003 for the continued sustainment of annual software maintenance licenses for Capabilities Drop 1 (CD-1) systems. This procurement is crucial for ensuring the ongoing functionality and support of IT and telecom hardware and software, particularly in the area of servers. Interested vendors can reach out to the primary contact, Scott D. Butterfield, at scott.d.butterfield2.civ@army.mil or by phone at 520-538-9143, or the secondary contact, Rachel L. Moresi, at rachel.l.moresi.civ@army.mil for further details regarding this opportunity.
    CENTCOM Headquarters Indefinite Delivery Indefinite Quantity (IDIQ) Professional Services (CHIPS)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the CENTCOM Headquarters Indefinite Delivery Indefinite Quantity (IDIQ) Professional Services (CHIPS) contract, aimed at providing a comprehensive range of professional services to support U.S. Central Command (USCENTCOM) operations. The procurement seeks to enhance strategic planning, policy support, and operational effectiveness across various military and governmental functions, requiring contractors to deliver non-personal services that integrate military operations with U.S. Government strategies. This initiative is particularly significant as it emphasizes the role of small businesses, with a total contract value capped at $750 million, and is set aside for 100% small business participation, including Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and SBA certified 8(a) firms. Interested parties must submit their proposals electronically by January 9, 2024, and direct any inquiries to Jason Wilkin at Jason.Wilkin.2@us.af.mil or LaKeisha Gamble at lakeisha.gamble.2@us.af.mil.
    U.S. Army Contracting Command – Detroit Arsenal (ACC-DTA) Strategic Services Branch Commercial Solutions Opening (CSO)
    Dept Of Defense
    The U.S. Army Contracting Command – Detroit Arsenal (ACC-DTA) is issuing a Commercial Solutions Opening (CSO) to acquire innovative commercial items, technologies, and services under Solicitation Number W912CH-25-S-C001. This initiative aims to streamline the procurement process, allowing for flexible contract types, including fixed-price options, to address diverse requirements across various Army organizations, thereby enhancing operational readiness and efficiency. The CSO is continuously open until June 30, 2030, inviting submissions of solution briefs, presentations, and commercial solution proposals, with evaluations based on responsiveness, technical merit, and funding availability. Interested parties can contact Kelsey Greenwell at kelsey.d.greenwell.civ@army.mil or 571-588-8898 for further information.
    ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES SEPTEMBER 2025
    Dept Of Defense
    The Department of Defense, through the Army's ACC APG Division A, is announcing various upcoming contract opportunities related to research, development, engineering, and technical support within the C5ISR Center, with a focus on enhancing capabilities for networked soldiers. The procurement encompasses a range of initiatives, including Command and Control Software Development, Sensor Enabled Autonomous Navigation, and Cybersecurity solutions, with contract values potentially reaching up to $700 million and award dates extending into fiscal year 2026. These opportunities are critical for addressing the Army's modernization priorities, particularly in areas such as cyber defense, electronic warfare, and infrastructure management. Interested parties can reach out to primary contact Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or secondary contact Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil for further details.
    IM&T Program, Project, Data Management, Business Intelligence Support Services and Software Development & Sustainment Indefinite Delivery/Indefinite Quantity (IM&T IDIQ)
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Program, Project, Data Management, Business Intelligence Support Services, and Software Development & Sustainment for the Defense Security Cooperation Agency (DSCA) Information Management and Technology (IM&T). The contract aims to enhance the digital infrastructure and business systems that support global Security Cooperation, with a focus on Agile/Scaled Agile Program Management and DevSecOps best practices. This initiative is critical for managing IT initiatives, developing and maintaining software, and providing advanced data analytics to support mission-driven decision-making. Interested firms must submit capability statements by January 6, 2026, detailing their relevant experience, with an estimated contract value between $400 million and $500 million over a five-year ordering period. For further inquiries, contact Darrell Joy at darrell.l.joy2.civ@mail.mil or Anaya Porter at anaya.a.porter.civ@mail.mil.