Request for Information: CECOM-G8/G1 Support Services
ID: W56JSR-25-G8-RFIType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APGABERDEEN PROVING GROU, MD, 21005-1846, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- MANAGEMENT: FINANCIAL (R710)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    The Department of Defense, specifically the Army's Communications Electronics Command (CECOM), is seeking information from potential vendors regarding support services for G8/G1 functions. The primary objective is to obtain professional services that encompass accounting, budgeting, cost analysis, manpower analysis, and training, among other areas, to enhance the CECOM workforce's capabilities and move towards Audit Readiness. This Request for Information (RFI) is a preliminary step to identify qualified contractors who can effectively manage government-financed operations and ensure compliance with regulations. Interested vendors should submit their responses, adhering to the specified requirements, to the primary contacts Andrea Weakley and Tyler Restrick by the indicated deadlines, noting that this RFI does not constitute a solicitation for a contract.

    Point(s) of Contact
    Files
    Title
    Posted
    The Request for Information (RFI) for G8/G1 Support Services is aimed at soliciting detailed responses from potential vendors regarding their capabilities in government finance and HR support. The document outlines 13 key areas in which responses are required, focusing on vendors' experience, expertise, financial management, audit readiness, system integration, data analytics, cost control, risk management, program analysis, HR management, compliance with labor laws, training and development, and past performance. Each section seeks to assess the vendor’s qualifications and their alignment with government standards, particularly in financial services. Vendors are instructed to provide comprehensive information within a 10-page limit. This RFI serves as a preliminary step in identifying capable contractors for government support services by evaluating their prior experiences and methodologies in managing government-financed operations, thereby enhancing operational efficiency and compliance with regulations. Overall, the RFI is structured to ensure that responses capture essential qualifications and past performance within the context of government contract opportunities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Stryker OEM Sustainment Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking information from industry regarding capabilities to provide Stryker OEM Sustainment Services. This opportunity encompasses a range of services including Garrison Logistics Services, Deployment Logistics Services, and Field Service Representative Support, as well as New Equipment Training (NET) and fielding for the Stryker Family of Vehicles. The government aims to ensure ongoing support for Stryker vehicle operations, particularly focusing on maintenance and logistics services that are not covered by existing technical manuals. Interested companies are encouraged to respond to the Request for Information (RFI) by February 11, 2025, detailing their qualifications and relevant experience, with all submissions directed to Eric Driscoll at eric.j.driscoll3.civ@army.mil. This RFI is purely informational and does not constitute a formal solicitation.
    Request for Information (RFI) - Stryker Sustainment Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking industry feedback through a Request for Information (RFI) regarding Contractor Logistics Support for the Stryker Family of Vehicles. The RFI aims to gather capabilities related to New Equipment Training (NET), Fielding and De-processing, Field Level Maintenance (FLM), and Field Service Representative (FSR) services, both within the continental United States (CONUS) and outside (OCONUS). These services are critical for ensuring the operational readiness and maintenance of the Stryker Brigade Combat Team's vehicles, emphasizing the need for structured training programs and advanced troubleshooting for complex systems. Interested parties are encouraged to submit their qualifications, experience, and any concerns by contacting Bradley Tsvetkoff at bradley.j.tsvetkoff.civ@army.mil, noting that this RFI is for informational purposes only and does not constitute a formal solicitation.
    Financial Management Training Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking capability statements from qualified sources to provide Financial Management Training Support Services. The primary objective of this procurement is to enhance the professional development of approximately 16,000 members of the Army's financial management workforce, ensuring compliance with the Department of Defense Financial Management Certification Program. The contractor will be responsible for delivering training, maintaining student records, and supporting the certification process, with a focus on continuous improvement and audit readiness. Interested parties must submit their capability statements by 5:00 PM Eastern Time on February 7, 2025, to LaTischa Castro-Kiser at latischa.r.castro-kiser.civ@army.mil, with a limit of 25 pages in specified format.
    Request for Proposals (RFP) for TRADOC Deputy Chief of Staff for Intelligence (G-2) Operational Environment (OE) and Core Functions
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Eustis, Virginia, is soliciting proposals for operational environment and core functions support services for the U.S. Army Training and Doctrine Command (TRADOC) Deputy Chief for Intelligence (G-2). The procurement aims to enhance military intelligence operations by providing non-personal service support, which includes a 30-day phase-in period, base year services, and optional support for up to four additional years. This contract is a total small business set-aside under NAICS code 541990, emphasizing the importance of compliance with federal labor standards, including wage determinations that mandate minimum hourly wages for covered workers. Interested vendors must submit their proposals by February 25, 2025, at 10:00 AM EST, and can direct inquiries to Mackensy Beckwith or Hattie Brown via their provided email addresses.
    G1 Administrative Support
    Buyer not available
    The Department of Defense, specifically the Georgia Army National Guard (GAARNG), is seeking proposals from qualified contractors to provide administrative support services focused on education, incentives, and personnel management. The primary objective of this procurement is to address staffing shortages and enhance the efficiency of enlisted transitions, retirements, and retention efforts, particularly through the management of incentive programs such as signing bonuses and loan repayments. This contract is critical for maintaining operational readiness and ensuring service members receive the necessary guidance and resources, thereby supporting the overall mission of the National Guard. The estimated contract value is approximately $19.5 million, with a performance period of 12 months starting April 28, 2025, and options for renewal through 2030. Interested parties can contact Gregory Hoffman at gregory.d.hoffman2.civ@army.mil or Jim Shuman at james.e.shuman.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.
    Defense Commissary Agency (DeCA) Commercial Solutions Open (CSO)
    Buyer not available
    The Department of Defense, through the U.S. Army Contracting Command at Aberdeen Proving Ground, is issuing a Commercial Solutions Opening (CSO) for the modernization of the Defense Commissary Agency's Enterprise Business Systems (EBS 2.0). This initiative aims to enhance operational efficiency and effectiveness in managing commissary services for military families by integrating various business functions, including financial management and supply chain processes. The CSO is a competitive solicitation that will remain open until August 12, 2025, with the possibility of extension, and interested parties must submit a solution brief by October 22, 2024, to be considered. For inquiries, potential offerors can contact Tanya Buttner at Tanya.d.buttner.civ@army.mil or Chere Benson at Chere.v.benson.civ@army.mil.
    U.S. Army Combat Capabilities Development Command (DEVCOM) Aviation & Missile Center (AvMC) Contracting Integrated Product Team (IPT) Findings & Recommendations
    Buyer not available
    Special Notice DEPT OF DEFENSE U.S. Army Combat Capabilities Development Command (DEVCOM) Aviation & Missile Center (AvMC) Contracting Integrated Product Team (IPT) Findings & Recommendations The U.S. Army Combat Capabilities Development Command (DEVCOM) Aviation & Missile Center (AvMC) is seeking findings and recommendations from their Contracting Integrated Product Team (IPT). This notice is a special request for information and suggestions related to the procurement process. The purpose of this notice is to gather insights and suggestions from industry experts and stakeholders to improve the contracting process within the DEVCOM AvMC. The findings and recommendations will be used to enhance efficiency, effectiveness, and overall performance in the procurement of goods and services. Interested parties are encouraged to provide their input and expertise to help identify areas for improvement and propose innovative solutions. The DEVCOM AvMC is particularly interested in suggestions that can streamline the procurement process, reduce costs, and enhance the quality of products and services acquired. This opportunity allows industry professionals to contribute to the development of a more efficient and effective procurement system within the U.S. Army. By participating in this process, vendors and contractors can help shape the future of procurement practices and contribute to the mission of the DEVCOM AvMC. For more information and to submit findings and recommendations, please contact Chrishana Hunt-Granger at chrishana.hunt-granger.civ@army.mil or 520-674-8253. Secondary contact information is also available through Devin Fountain at DEVIN.F.FOUNTAIN.CIV@ARMY.MIL or 2568427591. This special notice presents an opportunity for industry professionals to make a significant impact on the procurement process of the U.S. Army Combat Capabilities Development Command (DEVCOM) Aviation & Missile Center (AvMC).
    ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES 30 August 2023
    Buyer not available
    Special Notice: DEPT OF DEFENSE - DEPT OF THE ARMY is seeking ACC APG DIVISION A CCDC C5ISR OPPORTUNTIES as of 30 August2023. This procurement opportunity is related to the C5ISR (Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance) field. The Department of Defense is looking for services or items that support the C5ISR operations. For more information, please contact Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil.
    ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES as of August 2024
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Aberdeen Proving Ground (ACC-APG), is announcing various contracting opportunities related to the C5ISR (Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance) initiatives as of August 2024. These opportunities encompass a range of requirements focused on Research, Development, Test & Evaluation (RDT&E) in areas such as Electronic Warfare, Cyber capabilities, and advanced technology integration, aimed at enhancing military operational readiness and effectiveness. The initiatives are critical for advancing the U.S. Army's capabilities in increasingly complex combat environments, with contract values ranging from under $25 million to over $500 million, and various opportunities available for both competitive and sole-source acquisitions. 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 information.