Exercise Coordinator
ID: W912JB-25-Q-A047Type: 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 proposals for an Exercise Coordinator role under contract W912JB-25-A047, exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contractor will be responsible for providing personnel, equipment, and resources to support the Michigan National Guard in planning and executing military exercises, ensuring readiness for domestic operations over a four-month period starting April 1, 2025. This procurement is crucial for enhancing operational efficiency and collaboration with local, state, and federal entities during crisis management. Interested parties must submit their quotes by March 13, 2025, and direct any questions 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 solicitation W912JB-25-A047 requests proposals for an Exercise Coordinator role, exclusively for 100% Service Disabled Veteran Owned Small Businesses under NAICS 541990. Issued on February 28, 2024, quotes are due by March 13, 2025, at noon. Written questions must be submitted by 10:00 AM local time on March 7, 2025. This announcement serves as the sole solicitation for commercial items, eliminating the need for a separate written solicitation. Quotes must be formatted according to specific guidelines, including electronic submission to the Contract Specialist. The submission must comply with all requirements and include a Cover Letter, Technical Capability, Price Quote, and Past Performance sections. Evaluation criteria focus on Technical Capability, Price, and Past Performance, with a Firm-Fixed Price contract intended to be awarded. Offerors must disclose any Organizational Conflicts of Interest (OCI) identified, as this could affect eligibility for award. This request exemplifies the government’s procurement process to engage effective service providers, emphasizing strict compliance, clear formatting, and the necessity for competitive pricing and demonstrated experience. The overall aim is to ensure that proposals meet the government’s standards while fostering opportunities for small businesses led by service-disabled veterans.
    The Performance Work Statement (PWS) outlines the requirements for a contractor to support the Michigan National Guard (MING) in exercise planning and coordination. The contractor will provide personnel and resources for venue management, planning, and execution of military exercises aimed at ensuring readiness for domestic operations. Key responsibilities include developing scenarios, coordinating with emergency managers, and managing resources for exercises, including Command Post Exercises (CPX) focused on consequence management. The contractor's role encompasses planning meetings, recruiting partners, and contributing to documentation like the Master Scenario Events List (MSEL). The contract duration is set for four months, requiring weekly in-person presence at designated locations and adherence to various training and security protocols. Additionally, the document emphasizes quality control through a Quality Control Plan (QCP) and the development of After Action Reviews (AAR) to assess exercise effectiveness. Overall, the PWS emphasizes collaboration with local, state, and federal entities, underscoring the MING's mission to support civil authorities during crises. The contractor’s experience should align with military operations and emergency management protocols, ensuring a seamless integration into the national emergency response framework.
    The document outlines Wage Determination No. 2015-4873, issued by the U.S. Department of Labor, detailing minimum wage rates applicable to contracts subject to the Service Contract Act in Michigan's Alpena County and surrounding areas for 2025. It specifies that contracts initiated or renewed after January 30, 2022, must adhere to the minimum wage of $17.75 per hour per Executive Order 14026. If awarded between January 1, 2015, and January 29, 2022, the minimum wage is $13.30 per hour per Executive Order 13658. The wage determination includes detailed occupational classifications and corresponding pay rates for various roles, such as administrative support, automotive service, food preparation, and healthcare occupations, along with eligibility for fringe benefits, including health and welfare programs. It emphasizes compliance with both federal pay rates and various employee benefits, such as sick leave under Executive Order 13706. The structure of the document encompasses a note on minimum wage policies, a list of occupations with corresponding wage rates, fringe benefits information, and guidelines for additional classifications under the conformance process. Overall, it serves as a crucial regulatory reference for contractors in ensuring fair compensation for employees engaged in federal service contracts.
    The document pertains to wage determinations under the Service Contract Act, specifically detailing minimum wage requirements for federal contracts in the Michigan counties of Eaton and Ingham for FY2025. Notably, contracts initiated or extended after January 30, 2022, must adhere to a minimum wage of at least $17.75 per hour as per Executive Order 14026. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is $13.30. The file enumerates specific occupations and their corresponding wage rates for administrative, automotive, food service, health, mechanical, and technical roles, among others. Additionally, it outlines fringe benefits, including health and welfare contributions, vacations, and paid holidays. Furthermore, the document addresses compliance procedures for unlisted classifications via a conformance process, stipulating requirements for a standard form submission and approval timelines. The importance of these wage determinations is underscored by their role in ensuring fair compensation for service employees engaged in federally funded contracts, thereby promoting transparency and adherence to labor standards.
    The document outlines Wage Determination No. 2015-4853 under the Service Contract Act, effective for contracts executed in 2025 in Kalamazoo County, Michigan. It specifies minimum wage rates that contractors must pay based on the Executive Orders 14026 and 13658, which mandate $17.75 and $13.30 per hour, respectively, for service contract workers. The comprehensive wage table lists rates for various job titles across occupational categories, including administrative support, automotive service, health occupations, and education roles, among others, with specific rates indicated for each title. Additionally, the document details benefits that must be provided to employees, including health and welfare compensation, vacation, holidays, and provisions for uniforms. It also includes information on the conformance process to classify any unlisted job titles and establish appropriate wage rates, ensuring compliance with federal regulations. These wage determinations are crucial for contractors working on federal projects, ensuring fair compensation and adherence to labor standards while emphasizing worker protections mandated by federal law.
    The document outlines a Federal Request for Proposal (RFP) for an Exercise Coordinator position under contract W912JB25QA047. The contractor is required to provide personnel, equipment, tools, materials, supervision, quality control, and travel services to successfully carry out the responsibilities of the Exercise Coordinator according to the Performance Work Statement (PWS) and contract conditions. The contract's anticipated start date is 01 April 2025, and the position is expected to last for four months. The proposed structure features a firm-fixed-price (FFP) arrangement for the specified duration, detailing the expectations and responsibilities around coordinating exercises effectively. This RFP reflects the government's initiative to secure qualified contractors for crucial roles within federal programs, ensuring operational efficiency and adherence to guidelines.
    The document outlines solicitation provisions and clauses as part of a federal Request for Proposals (RFP). It includes various FAR (Federal Acquisition Regulation) clauses, such as those addressing subcontractor restrictions, contractor ethics, and business conduct. Key provisions involve requirements for offer submissions, evaluation criteria, and debarment checks. The solicitation mandates compliance with laws regarding child labor, equal opportunity, and various certifications concerning labor standards and socio-economic programs, such as small business and veteran-owned business initiatives. It also emphasizes the need for offerors to certify their tax status, ownership structure, and compliance with national security regulations. The primary purpose of this document is to ensure various compliance standards are met in government contracting while promoting ethical and responsible business practices. This thorough framework aims to facilitate transparent bidding processes and maintain integrity in federal procurement.
    The referenced document is a placeholder message indicating that the PDF viewer cannot display the contents, suggesting an upgrade to Adobe Reader for proper display. There are no substantive details or context related to federal government RFPs, grants, or state/local RFPs provided in this message. Therefore, no specific topic, key ideas, or supporting information can be summarized or analyzed. The document does not serve its intended purpose of delivering information regarding federal funding opportunities or related requests for proposals. Consequently, it lacks the necessary content for a comprehensive analysis or summary within the framework of government resource solicitation.
    Lifecycle
    Title
    Type
    Exercise Coordinator
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Venue Manager
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Venue Manager to support the Michigan National Guard (MING) in exercise venue management and planning for domestic operations and defense exercises. The contractor will be responsible for developing training venues, coordinating with local emergency authorities, and ensuring operational readiness through the Joint Event Life Cycle (JELC), which includes planning meetings and assessments. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), is crucial for effective exercise coordination and operational support, with a performance period of four months starting April 1, 2025. Interested parties must submit proposals by March 13, 2025, and can direct inquiries to Kelli Kelley at kelli.m.kelley3.civ@army.mil or by phone at 517-481-7852.
    ILARNG CERF-P EXEVAL 2025
    Buyer not available
    The Department of Defense, through the Illinois Army National Guard, is seeking proposals for the ILARNG CERF-P External Evaluation (EXEVAL) 2025, 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 questions due by February 25, 2025. For further inquiries, potential contractors can contact Lawrence Romang at lawrence.j.romang.civ@army.mil or Donald Piper at donald.g.piper6.mil@army.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 U.S. 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 provide comprehensive training for military personnel, particularly focusing on skills necessary for operating in austere environments and handling high-risk scenarios, such as active shooter situations and potential kidnappings. This training is crucial for enhancing the operational readiness and effectiveness of Force Protection Detachment Special Agents and Foreign Service National Investigators. Interested contractors, particularly those who are Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by March 3, 2025, with the training scheduled to commence in March 2025 and conclude by March 2026. For further inquiries, potential bidders can contact Ms. Erika G. Barrera at erika.g.barrera.civ@army.mil or Craig Dogger at Craig.D.Dogger.civ@army.mil.
    Army Writing Course 2025
    Buyer not available
    The Department of Defense, specifically the Maryland Army National Guard (MDARNG), is seeking proposals for a commercial contract to provide an Army Writing Course in 2025 aimed at enhancing the writing skills of up to 30 junior Army Officers. The course will focus on effective memorandums and correspondence in accordance with Army Regulation (AR) 25-50 and will take place over two days at the 70th Regional Training Institute in Aberdeen Proving Grounds, Maryland, on April 2-3, 2025. This training is crucial for improving military communication standards and is set aside for small businesses under NAICS code 611691, with a firm fixed-price contract type. Interested bidders must submit their quotes by March 4, 2025, and can direct inquiries to Victor Mejia at victor.a.mejia4.civ@army.mil.
    JROTC Co-Curricular National Drill Championship
    Buyer not available
    The Department of Defense, specifically the U.S. Army Cadet Command (USACC), is seeking a contractor to manage the JROTC Co-Curricular National Drill Championship events, which will take place from March to June 2025. The contractor will be responsible for comprehensive event planning and logistics, including personnel management, competition oversight, and award ceremonies for both the Army JROTC National Drill Championships and the National High School Drill Team Championships. This contract is crucial for fostering leadership and citizenship among high school students in JROTC programs, emphasizing the need for high safety and quality standards throughout the events. Interested parties should contact Eric V. Tollefson at eric.v.tollefson.civ@army.mil or Samuel M. Henderson at Samuel.M.Henderson1.civ@mail.mil for further details.
    ACCESSORY KIT, RECOIL EXERCISER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting offers for the procurement of an "Accessory Kit, Recoil Exerciser." This solicitation is specifically set aside for small businesses and aims to acquire essential military supplies that adhere to stringent quality and packaging standards. The accessory kits are critical for military operations, ensuring that equipment is maintained and operationally ready. Interested contractors should note that the due date for offers has been extended to March 10, 2025, and must be submitted via email to the primary contact, Jasteena Gomoll, at jasteena.gomoll@dla.mil. For further details, contractors are encouraged to review the solicitation documents and comply with all outlined requirements.
    Expert Operator (Small Unmanned Aerial System) Training
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Expert Operator Training for Small Unmanned Aerial Systems (sUAS) under the requisition number FA301025Q0008. This training program aims to enhance operational capabilities by providing in-person instruction on the Skydio X2D sUAS, including its enterprise controller and associated software, with a focus on safety and skilled operation. The training will take place in Biloxi and Vancleave, Mississippi, and is part of a broader initiative to support small and women-owned businesses, with an estimated contract value of $34 million. Interested vendors must submit their proposals by March 3, 2025, and can direct inquiries to Stacey Zawalski or Priscilla Brown via the provided contact details.
    VAARNG FY25 Family Program Volunteer Workshop
    Buyer not available
    The Department of Defense, specifically the Virginia Army National Guard (VaARNG), is seeking a contractor to organize a Volunteer Recognition Workshop and Youth Symposium scheduled for May 2-4, 2025, in Richmond, Virginia. The contractor will be responsible for providing comprehensive services, including lodging for 25 staff members, catering for approximately 100 adults and 15 children, event space, audio/visual support, parking management, and childcare, all while adhering to federal regulations and quality assurance standards. This procurement is part of the government's commitment to support small businesses, particularly those owned by women and economically disadvantaged individuals, with a total contract value capped at $40 million. Interested vendors must submit their bids by March 20, 2025, and can contact Matthew Guyer at matthew.c.guyer.civ@army.mil or Rebecca Fowler at rebecca.l.fowler6.civ@army.mil for further information.
    IDIQ Mowing and Grounds Services - OZARK
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for mowing and grounds maintenance services at various sites within the Ozark Field Office Area of Responsibility. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes a base performance period from April 1, 2025, to February 28, 2026, with options for two additional years. The services are crucial for maintaining the aesthetic and functional quality of federal properties, reflecting the government's commitment to supporting veteran-owned enterprises. Interested vendors must submit their quotes by March 21, 2025, following a site visit scheduled for March 12, 2025, and can contact Taylor B. McLain at taylor.b.mclain@usace.army.mil or Sarah Hagood at sarah.n.hagood@usace.army.mil for further information.
    MCJROTC National Raider Competition
    Buyer not available
    The Department of Defense, specifically the Commander of the Department of the Navy, is seeking a contractor to organize the Marine Corps Junior Reserve Officer Training Corps (MCJROTC) National Raider Competition, scheduled for April 24 to April 27, 2025, in Pennsylvania. The contractor will be responsible for providing essential services including facilities, lodging, meals, logistics, transportation, and competitive activities for approximately 220 cadets and 60 instructors, with a focus on enhancing leadership and physical skills through structured outdoor events. This initiative is crucial for fostering camaraderie, physical fitness, and leadership development among participants in a challenging environment. Interested vendors must express their capability to meet the service requirements within three days of publication by contacting Danny Ly at danny.ly@usmc.mil or 703-784-3564, or Bradley Hoover at bradley.hoover@usmc.mil, as no solicitation document is available and the contract will be awarded under Simplified Acquisition Procedures.