Joint All Domain Air/Ground Systems (JADAGS) Subject Matter Experts (SME) and Training
ID: W912JB-25-Q-A039Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NF USPFO ACTIVITY MI ARNGLANSING, MI, 48906-2934, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

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 Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide Subject Matter Experts (SME) and training services for the Joint All Domain Air/Ground Systems (JADAGS) initiative. The procurement aims to enhance military readiness by delivering comprehensive training in air and ground maneuver integration, with responsibilities including developing tactical training scenarios and executing Mobile Training Team operations. This contract will primarily take place at Camp Grayling, Michigan, and includes a base period of 12 months with options for extension. Interested parties must submit their quotes by February 27, 2025, and can direct inquiries to Kelli Kelley at kelli.m.kelley3.civ@army.mil or by phone at 517-481-7852.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for the Northern Strike Plans Group (NSPG) Joint All Domain Air/Ground Systems (JADAGS) Subject Matter Experts (SME) and Training services. The contractor is responsible for providing personnel, resources, and quality control for comprehensive training in air and ground maneuver integration within a joint operational environment. The contract spans one base period of 12 months with potential extensions, requiring operations predominantly at Camp Grayling, MI, and other military locations across the U.S. Key responsibilities include developing tactical training scenarios, executing Mobile Training Team (MTT) operations, and ensuring units are proficient in using JADAGS equipment. Performance metrics will assess training effectiveness, with quality assurance measures enforced by the government. The document specifies stringent security and accessibility protocols for personnel, including the acquisition of security clearances and adherence to various training and operational guidelines. It emphasizes the need for compliant communication channels and reporting procedures. Overall, the PWS reflects the federal government's aim to enhance joint military readiness through structured and monitored training initiatives.
    The document outlines Wage Determination No. 2015-4873 from the U.S. Department of Labor under the Service Contract Act, specifying minimum wage rates required for contracts in Michigan's Alpena area for 2025. Contracts awarded after January 30, 2022, must pay at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30. The document provides a comprehensive list of occupations and corresponding wage rates, addressing various sectors as well as applicable fringe benefits and minimums set under Executive Orders. Additionally, it details requirements for sick leave, health and welfare benefits, vacation, and holiday entitlements. Workers in specified occupations may be entitled to higher minimum wages or benefits, with instructions for contractors regarding unlisted classifications, wage conformance, and compliance with safety pay differentials. The structure serves to ensure that employees working on federally contracted services receive adequate compensation and benefits, maintaining compliance with federal standards.
    This document outlines the Wage Determination No. 2015-4857 for contracts subject to the Service Contract Act in Eaton and Ingham Counties, Michigan, effective 2025. It establishes minimum wage rates in accordance with Executive Orders 14026 and 13658, mandating $17.75 per hour for contracts entered after January 30, 2022, and $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022, unless a higher rate is specified. The document details wage rates for various occupations, emphasizing the need for compliance with fringe benefits, paid sick leave, and minimum pay according to the respective Executive Orders. It also delineates required health and welfare benefits, vacation days, and holidays. Requirements for uniform allowances, additional classifications, and conformance processes for unlisted positions are discussed. The content addresses federal contract labor compliance, highlighting both worker protections and the responsibilities of contractors under the Service Contract Act. The structure of the document categorizes occupations with corresponding wage rates while providing clarifications on compensation and compliance matters, underscoring the importance of adhering to federal wage laws in contract functions.
    This document presents the Wage Determination No. 2015-4853 provided by the U.S. Department of Labor under the Service Contract Act, specifically outlining wage rates and fringe benefits for various occupations in Kalamazoo and Van Buren counties, Michigan, for the fiscal year 2025. Effective January 30, 2022, contractors must pay covered workers at least $17.75 per hour, per Executive Order 14026, or the relevant rate listed if higher. The document lists wage rates for multiple job classifications, such as administrative support, automotive service, health occupations, and mechanics, detailing regular and fringe benefits. It specifies health and welfare compensation of $5.36 per hour and mandates two weeks of paid vacation after one year of service. Contractors are also obligated to comply with Executive Orders for paid sick leave. Additionally, it provides guidance for unlisted job classifications and stresses the importance of adhering to established wage standards, ensuring fair compensation for workers. The overarching goal is to ensure equitable pay and benefits for federal contract workers, fostering adherence to labor laws and standards that protect workers' rights and interests.
    The document outlines the Request for Proposal (RFP) for Joint All Domain Air/Ground System Support Services under solicitation W912JB24QA0039. It details a structured contract arrangement divided into several Contract Line Item Numbers (CLINs). CLIN 0001 represents the base year of support services, while CLINs 0002 through 0004 correspond to subsequent option years, with each requiring the contractor to furnish all necessary personnel, equipment, supervision, and quality control to deliver JADAG services as per the contract's Performance Work Statement (PWS). Additionally, CLIN 0005 involves pricing for the FAR Clause 52.217-8, which allows for extending services. This RFP emphasizes comprehensive support for air and ground services in various domains, ensuring alignment with established terms and performance standards throughout the contract duration. Overall, the document reflects the government's commitment to having a structured and accountable procurement process for defense-related operational needs.
    The document outlines solicitation provisions and clauses associated with the federal contract (W912JB25QA039). It lists various regulations, clauses regarding ethical conduct, and requirements that contractors must adhere to when submitting offers. Key areas include restrictions on subcontractor sales, reporting obligations for compensation, and conflict of interest policies. It emphasizes the importance of transparency, ethical business practices, and compliance with labor standards, particularly concerning child labor and safeguarding employee rights. The solicitation also specifies evaluation factors for offers, focusing on technical capability, pricing, and past performance. Additionally, it mandates representations concerning ownership, tax liabilities, and obligations to uphold U.S. manufacturing standards. These provisions aim to create a fair and effective procurement process, ensuring that contractors meet specific federal standards while promoting competition and integrity within government contracting.
    The document appears to be an inaccessible PDF file relating to federal government requests for proposals (RFPs), grants, and state and local RFPs. Given its technical error message, the contents could not be analyzed for specific details. Typically, such documents outline funding opportunities, eligibility criteria, application procedures, and project objectives. These RFPs are essential for guiding potential applicants on how to secure federal or state funding for various projects. Effective communication of these elements is crucial to ensure transparency and access to opportunities for contractors, non-profits, and local governments. Without specific content from the document, an in-depth analysis of its main topics and supporting details could not be performed.
    The document outlines a Request for Quote (RFQ) for Joint All Domain Air and Ground Support Services, denoted by Solicitation number W912JB-25-Q-A039. The acquisition is restricted to Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a NAICS code of 541990. Although the solicitation was issued on February 6, 2025, funding is currently unavailable. Prospective contractors must submit written questions by February 20, 2025, and quotes are due by February 27, 2025, at 10:00 AM local time. The RFQ mandates a specific format and structure for submissions, delineating four key volumes: Cover Letter, Technical Capability, Price Quote, and Past Performance references. Each quote must adhere strictly to guidelines concerning length, format, electronic compatibility, and compliance with the Performance Work Statement (PWS). Evaluation criteria include Technical Capability, Price, and Past Performance, with awards being contingent on the overall advantage to the government. All submissions must be unclassified, and the document emphasizes the importance of preventing organizational conflicts of interest. This solicitation represents a standard process within federal contracting, aiming to gather competitive quotes while ensuring compliance with federal procurement regulations.
    The document pertains to Solicitation W912JB-25-Q-A0039, which outlines the requirements for quote submission from offerors seeking to provide Joint All Domain Air/Ground System Support Services (JADAG). Offerors must complete a designated quote template, filling in all highlighted sections to avoid rejection. Key elements include the need for registration in the System for Award Management (SAM) and Wide Area Workflow for payment eligibility. The bid schedule consists of various Contract Line Item Numbers (CLIN) specifying the duration of services, ranging from base year support to option years, alongside a requirement for providing comprehensive personnel, equipment, and quality control. The total proposed price must be calculated based on entries for each CLIN. This solicitation reflects the federal government's structured approach to procurement, emphasizing detailed compliance, precise service specifications, and contractor responsibility in delivering complex support services. The overall goal is to ensure the effective execution of JADAG services in line with contractual obligations outlined in the Performance Work Statement (PWS).
    Lifecycle
    Title
    Type
    Similar Opportunities
    Joint All Domain Air/Ground Systems (JADAGS) Subject Matter Experts (SME) and Training
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide Subject Matter Experts (SMEs) and training for Joint All Domain Air/Ground Systems (JADAGS) under a federal contract. The procurement aims to enhance joint air and ground maneuver integration through the provision of personnel, equipment, and training services, facilitating readiness in a multinational environment. This opportunity is critical for ensuring operational support and training effectiveness in defense operations, with the primary performance location at Camp Grayling, Michigan. Interested contractors must submit their quotes by February 27, 2025, and can direct inquiries to Kelli Kelley at kelli.m.kelley3.civ@army.mil or by phone at 517-481-7852.
    FY25 Advanced Mobility Training
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY25 Advanced Mobility Training program, aimed at enhancing the operational capabilities of warfighters in non-standard tactical vehicles. This training will focus on vehicle operation, repair, and recovery in challenging environments, with instruction provided by experienced professionals, including former elite service members. The program is scheduled for March 24-28, 2025, and will accommodate 15 participants, with the contract being awarded on a sole-source basis to ASUSA Professional, LLC, a certified Service-Disabled Veteran-Owned Small Business (SDVOSB). Interested vendors must submit their proposals by February 19, 2025, and can direct inquiries to Ashley Bebout at ashley.bebout@us.af.mil or Gerson Diaz at gerson.diaztorres.1@us.af.mil.
    Force Protection Detachment Critical Skills Course High Risk Driving, Advanced Shooting, and Tactical Casualty Care
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Force Protection Detachment Critical Skills Course, which includes high-risk driving, advanced shooting, and tactical casualty care training. The procurement aims to enhance operational readiness through a structured training program comprising a 5-day Basic Course, a 5-day Intermediate Course, and an 8-day Advanced Course, focusing on essential skills for personnel operating in high-risk environments. This training is critical for Force Protection Detachment Special Agents and Foreign Service National Investigators, ensuring they are equipped to handle active shooter situations and other threats. Interested contractors, particularly those that are Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by March 3, 2025, and can contact Ms. Erika G. Barrera at erika.g.barrera.civ@army.mil or Craig Dogger at Craig.D.Dogger.civ@army.mil for further information.
    Grounds Maintenance Services at MI043 (Multi-Site)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide grounds maintenance services at multiple Army Reserve facilities in Michigan under the solicitation W911SA25QA076. The contract encompasses a range of services including lawn maintenance, aeration, fertilization, and seasonal cleanups, with a focus on maintaining a clean and professional appearance across the sites. This procurement is crucial for ensuring the upkeep of military installations, which supports operational readiness and enhances the overall environment. The total award amount for this contract is estimated at $9,500,000, with offers due by 10:00 AM on February 21, 2025. Interested parties can reach out to Kayla Christian at kayla.j.christian.civ@army.mil for further inquiries.
    OUSDC Distributed Learning
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is soliciting proposals for the OUSDC Distributed Learning initiative, specifically aimed at enhancing professional and management development training. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and focuses on the development of training curricula that meet the educational needs of the department. The selected contractor will play a crucial role in delivering effective training solutions that support the operational readiness and professional growth of military personnel. Interested parties can reach out to Rashida Webb at rashida.d.webb.civ@mail.mil or call 703-545-3351 for further details regarding the solicitation process.
    Force Protection Detachment Critical Skills Course High Risk Driving, Advanced Shooting, and Tactical Casualty Care
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide training services for the Force Protection Detachment Critical Skills Course, which includes high-risk driving, advanced shooting, and Tactical Combat Casualty Care (TC3). The contract requires the contractor to deliver a structured training curriculum that encompasses basic, intermediate, and advanced courses, aimed at equipping Force Protection Detachment Special Agents and Foreign Service National Investigators with essential skills for managing active shooter scenarios and emergencies in high-threat environments. This initiative is crucial for enhancing operational readiness and safety, ensuring that personnel are well-prepared for potential threats through realistic, scenario-based training. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact Ms. Erika G. Barrera at erika.g.barrera.civ@army.mil or 210-808-9011 for further details, as the solicitation is currently in the presolicitation phase.
    JADDE Coach Bus Service
    Buyer not available
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command - Soldier Center (DEVCOM-SC), is seeking potential sources to provide bus services for the Joint Aerial Delivery Demonstration & Exhibition (JADDE) scheduled for November 4-6, 2025, in Yuma, Arizona. The contractor will be responsible for transporting approximately 300 participants from designated hotels in downtown Yuma to the Robby Drop Zone at Yuma Proving Grounds, with morning departures around 6:00 AM and return trips at approximately 4:00 PM. This service is crucial for ensuring smooth logistics during the international event, which will showcase aerial delivery capabilities. Interested parties must submit their responses electronically to Allison Griffin and Brian Bagdonovich by February 24, 2025, at 5 PM EST, and are encouraged to include company information, relevant experience, and any proposed solutions. This announcement is a Sources Sought notice and does not constitute a solicitation or guarantee of future contracts.
    Grounds Maintenance Services for MI005, Bay City, MI
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Grounds Maintenance Services for the Army Reserve facility MI005 located in Bay City, Michigan. The procurement encompasses a range of services including mowing, aeration, fertilization, and seasonal clean-up, with a contract period consisting of a base year and four optional annual renewals, active from April to November. This contract is crucial for maintaining the operational readiness and aesthetic standards of military facilities, ensuring compliance with federal regulations and safety protocols. Interested small businesses must submit their proposals by February 24, 2025, with inquiries directed to Kayla Christian at kayla.j.christian.civ@army.mil.
    ILARNG CERF-P EXEVAL 2025
    Buyer not available
    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.
    M4A1 JCAD Repair
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal (ACC-DTA), is seeking responses from qualified vendors for the repair of the M4A1 Joint Chemical Agent Detector (JCAD) and its Solid Liquid Adapter (SLA). The procurement aims to assess and repair these critical chemical detection instruments, which are essential for maintaining operational readiness in chemical detection technology. This opportunity is part of a potential five-year contract, with interested parties required to submit a capabilities survey detailing their experience, pricing structures, and quality management systems by February 20, 2025. For further inquiries, vendors can contact Evan Graham at evan.j.graham3.civ@army.mil.