Amendment 0004- Communication Planning and Support Services
ID: W9124J-25-R-0010Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FDO FT SAM HOUSTONFORT SAM HOUSTON, TX, 78234-1361, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: COMMUNICATIONS (R426)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Nov 27, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 16, 2025, 12:00 AM UTC
  3. 3
    Due Jan 23, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army's Office of the Chief of Public Affairs (OCPA), is soliciting proposals for Communication Planning and Support Services under the Request for Proposal (RFP) number W9124J25R0010. The procurement aims to secure technical expertise in various communication-related areas, including business best practices, process engineering, and outreach support, to enhance the Army's communication effectiveness. This initiative is particularly significant as it addresses the Army's need to manage sensitive communication challenges and effectively convey its narrative to diverse audiences. Proposals are due by January 23, 2025, at 12:00 PM CDT, and interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals electronically to the designated contacts, LaTasha Cardwell and Sylvia Farmer, whose emails are provided in the solicitation. The anticipated contract will span a base year with four optional years, with a total estimated value of $1 million.

Files
Title
Posted
Jan 17, 2025, 3:04 AM UTC
The document outlines Amendment 0001 to Request for Proposals (RFP) W9124J25R0010, issued by the U.S. Army, which modifies a previous solicitation. Key updates include an extension of the proposal submission deadline from December 20, 2024, to January 14, 2025, and revisions to the Contract Line Item Numbers (CLIN) for delivery dates extending until 2029. The amendment also clarifies the Performance Work Statement (PWS) and updates the Pricing Matrix and Q&A Matrix. This RFP is a 100% Service-Disabled Veteran-Owned Small Business Set-Aside under NAICS code 541611, aimed at acquiring administrative and management consulting services. Proposals are assessed based on three main factors: Technical Capability (including technical approach and staffing plan), Past Performance, and Cost/Price. The evaluation process adopts a Lowest Price Technically Acceptable (LPTA) approach, meaning cost and price will not be traded off against technical quality. The document specifies submission and formatting requirements, along with guidelines for past performance evaluations and the completeness of cost proposals. Overall, this amendment serves to facilitate a more efficient evaluation and award process while ensuring compliance with federal procurement regulations.
The document outlines the Total Evaluated Price Calculation for the W9124J25R0010 Communication and Planning Support Services contract, detailing both the base year and four option years of the contract. It includes various Contract Line Item Numbers (CLINs) for different types of services, such as Communication Services Support and Other Direct Costs (ODC). The pricing structure indicates that the majority of the monthly prices for services are set to $0.00, while the costs associated with ODC are fixed at $200,000. The document stipulates the constraints on subcontracting, requiring that no more than 50% of the government’s payment for contract performance goes to subcontractors not considered similarly situated entities. For evaluation purposes, all costs must be broken out per period to demonstrate compliance with related regulations. The total price of the contract over the five-year period is presented as $1,000,000. The document emphasizes the importance of detailed cost breakdowns and adherence to federal procurement standards regarding pricing and subcontracting practices.
The document outlines the Q&A for the government Request for Proposal (RFP) W9124J25R0100, which focuses on Communication Planning and Support Services for the U.S. Army. It addresses various inquiries received from prospective contractors, detailing responses regarding staffing, equipment, report formats, and responsibilities. Key points include the requirement for both onsite and offsite personnel, storage solutions, and printing responsibilities, with the government committing to reimburse certain costs. Clarifications are provided on qualifications for key personnel, the nature of past performance submissions, and the expectations for various communication products, including reports and social media analytics. The RFP emphasizes a clear structure for proposal format, past performance evaluation criteria, and the acceptable method for sanitizing proposals. The government also highlights its interest in contractor flexibility concerning job descriptions, data management practices, and communication strategies. Overall, the RFP sets forth comprehensive guidelines for contractors to meet the operational needs of the Army OCPA, while fostering transparency in the proposal process and ensuring stringent evaluation standards.
Jan 17, 2025, 3:04 AM UTC
The document outlines the Q&A related to the RFP W9124J25R0100 for Communication Planning and Support Services, detailing responses to various inquiries made by potential contractors. Key updates include an extension of the proposal due date to January 21, 2025, and significant amendments to labor categories and required personnel. The government clarified that the estimated workload is based on historical data, adjusting key personnel requirements and the number of off-site positions. Contractors are expected to furnish all necessary equipment, with guidance provided on storage and digital management. The government encourages proposals reflecting experience in relevant areas and allows flexibility in job descriptions, provided they meet the outlined requirements. The document emphasizes compliance with specific submission formats and the necessity for sanitized proposals to maintain objectivity in evaluations. Overall, this Q&A sets the clear expectations and guidelines for contractors bidding on this government project, ensuring all bids will meet specific criteria for technical performance and cost.
Jan 17, 2025, 3:04 AM UTC
The document is an amendment to the solicitation for a contract with the Office of the Chief of Public Affairs (OCPA), extending the proposal submission deadline and updating relevant attachment sections to clarify personnel and provide answers to submitted questions. It outlines a firm-fixed pricing contract for non-personal services to support various communications activities such as research, planning, outreach, and executive support for the Army. The scope includes management, operational support, development of communication products, and adherence to quality control and assurance measures. Specific requirements detail the contractor's responsibilities, personnel qualifications, security protocols, and deliverables, emphasizing the importance of maintaining uninterrupted services and following government directives. An extensive section describes the qualifications needed for key personnel, including education and experience requirements. In addition, the contractor is tasked with supplying on-demand reports and conducting comprehensive media analysis, ensuring accountability through quality control systems and compliance with federal regulations. The amendment signifies the government's commitment to refine communication strategies while enhancing operational efficiency within OCPA.
The document focuses on the Q&A for the RFP W9124J25R0100 regarding Communication Planning and Support Services, detailing responses to contractor inquiries. Key personnel are limited to the Program Manager, Alternate Program Manager, and Senior Researcher/Task Leader, despite recent amendments increasing total key personnel to approximately 15. The solicitation deadline has been extended to January 21, 2025, to allow bidders adequate time to adjust their proposals after significant changes in labor categories and requirements were made. Contractors were encouraged to clarify qualifications and responsibilities concerning offsite personnel while confirming that resumes must be provided for all key personnel. The government has affirmed that they expect contractors to propose a staffing plan based on historical workload data and emphasized the need for transparency in the communication framework. Important operational aspects, including facility requirements, resource allocations, and document management, are specified, aiding prospective vendors in formulating competitive responses. The document ultimately serves to clarify expectations and requirements for submitting proposals under the RFP, highlighting the government’s commitment to maintaining structured communication and cooperation with potential contractors.
Jan 17, 2025, 3:04 AM UTC
The document outlines an amendment to a solicitation for non-personal services provided to the Office of the Chief of Public Affairs (OCPA), specifically for communication planning and support. It rectifies a conflict in the Performance Work Statement regarding Key Personnel requirements, confirming that the solicitation timeline remains unchanged and will not be extended. Key information includes the contract's duration, which spans one base year with four optional years, and it details the responsibilities of the contractor in providing operational support, research, and communication strategies. Specified requirements include the contractor's obligation to develop and implement a Quality Control Plan, maintain effective communication strategies, and ensure personnel qualifications align with the specified roles. Additionally, the document emphasizes the importance of security, personal verification, and adherence to government protocols. Furthermore, it underscores the requirement for detailed quality assurance and performance metrics that align with the Army's communication objectives. This amendment facilitates the government's efforts to maintain trust and effective communication with the public and military stakeholders, crucial for fulfilling the Army's strategic objectives.
The document addresses the Requests for Proposals (RFP) for Communication Planning and Support Services, specifically RFP W9124J25R0100. It discusses several inquiries and clarifications regarding the proposal process, particularly focusing on extensions to response deadlines for vendors, the clarification of key personnel requirements, and adjustments to labor categories due to amendments made. Key personnel are confirmed to be the Program Manager, Alternate Program Manager, and Senior Researcher/Task Leader, alongside updated labor category definitions with the amendment increasing the required personnel from 10 to approximately 15. Questions from potential contractors regarding offsite positions, report deliverables, and qualifications have been answered by the government, confirming expectations around tasks, report frequencies, and storage requirements for sensitive documents. The solicitation has been amended to reflect up-to-date requirements and ensure competitive submissions. The responses emphasize the necessity for clarity in the proposal guidelines and inclusion of all technical personnel while ensuring all submissions align with federal contracting standards. Overall, the document serves as an interactive guide to assist vendors in preparing their proposals to meet the government's expectations in a clear and structured manner.
Jan 17, 2025, 3:04 AM UTC
The document outlines an amendment to a government solicitation (W9124J25R0010) for proposals to provide communication planning and support services for the Office of the Chief of Public Affairs (OCPA). The primary changes include extending the proposal submission deadline from January 21, 2025, to January 23, 2025. The solicitation seeks to award a firm-fixed-price contract emphasizing low-cost, technically acceptable proposals from Service-Disabled Veteran-Owned Small Businesses. The proposal must be submitted electronically and must address various factors, including a detailed technical approach, past performance, and cost. Additionally, clear qualifications for key personnel are stipulated, highlighting the need for relevant experience in strategic communication and research tasks. The document signifies the government's intent to ensure quality and efficiency in fulfilling OCPA's communication objectives while outlining stringent submission and evaluation guidelines to foster competition and compliance.
Jan 17, 2025, 3:04 AM UTC
The document pertains to a federal Request for Proposals (RFP) numbered W9124J25R0010, issued on November 27, 2024, for Communication Planning and Support services. The proposal submission deadline is December 20, 2024, by 12:00 PM local time. The urgency for these services is outlined in a performance work statement, with the contract encompassing planning support across a 12-month period alongside provisions for travel costs and contractor labor reporting. The solicitation includes a specific emphasis on small business participation, allowing for bids from service-disabled veteran-owned, HUBZone, and women-owned small businesses. The procurement will be evaluated based on technical capability, past performance, and cost. The document outlines delivery requirements that indicate operations will be conducted at various government facilities, emphasizing the importance of compliance with government standards throughout the project's duration. The clauses referenced detail regulatory compliance, including restrictions on telecommunications equipment and prior contracting issues relevant to the bidding offerors. The overall aim is to secure services that enhance governmental communication effectiveness while adhering to stipulated operational guidelines. This initiative illustrates a broader commitment to supporting small businesses while ensuring stringent procurement processes.
The document outlines the Total Evaluated Price Calculation for a Request for Proposal (RFP) titled "W9124J25R0010 Communication and Planning Support Services." It consists of a base year and four option years, detailing various Contract Line Item Numbers (CLINs) related to communication service support, director costs, and manpower reporting. Each CLIN specifies the type (firm-fixed-price or cost-reimbursable), quantity, and a monthly price, all set at $0.00 for evaluation purposes. The evaluation will break down the total incorporated costs of services rendered across each year, aligned with the provisions of FAR Provision 52.212-2, which guides how the sum of evaluated prices contributes to the Total Evaluated Price (TEP). The document also includes sections for labor category breakdowns, including rates, fringe, overhead (OH), general & administrative (G&A) expenses, and profit margins for forecasting costs across all option years. Overall, the file serves as a guideline to help bidders calculate proposed prices for essential communication support services mandated by federal contract requirements, facilitating a transparent evaluation of bids submitted for this government project.
Jan 17, 2025, 3:04 AM UTC
The document is the "Solicitation Question and Answer Matrix" for the RFP W9124J-25-R-0010, designed to provide clarifications and responses regarding specific inquiries related to the solicitation. It spans fourteen pages and comprises a structured format outlining various questions or comments raised by potential bidders, along with official government responses catered to those queries. The document’s layout is systematic, listing entries that correspond to specific pages, sections, and paragraphs in the original RFP, reinforcing its purpose as a reference tool for enhancing understanding among contractors. Given the context of federal RFPs and grants, this matrix serves to ensure transparency and clarity in the procurement process, facilitating informed participation from contractors by addressing common concerns or ambiguities regarding the solicitation requirements and expectations. The government's responses aim to guide bidders in their proposal preparations, thereby contributing to fair competition and compliance with relevant regulations.
Jan 17, 2025, 3:04 AM UTC
The document outlines a consent form necessary for subcontractors and teaming partners involved in federal government contracting, specifically relating to the release of past performance information to prime contractors. It emphasizes that prior consent must be obtained from these parties before disclosing any past performance details due to privacy regulations. The purpose is to enhance the Government's Past Performance Evaluators' ability to assess the relevance and confidence in a subcontractor's past work, which is increasingly vital in source selection processes. A sample letter is provided for subcontractors to formally authorize the sharing of their performance data with the prime contractor, underscoring the importance of transparency and collaboration within the contracting framework. This form must be completed and submitted as part of the Past Performance Volume III Proposal, ensuring that all necessary approvals are in place for effective evaluation.
Jan 17, 2025, 3:04 AM UTC
The document outlines the requirements for offerors submitting proposals in response to a government solicitation, focusing on providing evidence of relevant past performance in similar contracts. Offerors must present detailed information on previously awarded contracts, including contract numbers, award dates, types, pricing, delivery schedules, and contact details for the contracting officers. Additionally, each offeror is required to justify the relevancy of past contracts by explaining their similarity in nature, size, and complexity to the current solicitation. The evaluation will consider product or service similarities, contract environments, and subcontractor interactions. Offerors must also provide a narrative explaining the objectives achieved and any encountered issues, such as cost overruns or schedule delays, along with corrective actions taken. Negative performance documentation, such as cure notices or contract discrepancy reports, must also be included. This rigorous documentation aims to ensure that proposals are adequately assessed based on proven capabilities and past performance metrics, ultimately enhancing the government’s selection process.
Jan 17, 2025, 3:04 AM UTC
The document outlines the Past Performance Questionnaire, a critical tool used in evaluating contractors' past performance for federal contracts. It consists of several sections. The first part identifies the contract details, including contractor information, contract type, cost variations, and services rendered. The second section encompasses customer identification, detailing the agency responsible and the geographical area of service. Evaluator information follows, capturing the evaluator's identity and experience with the contractor. The evaluation section utilizes a rating scale to assess various performance metrics, such as contract management, workforce adequacy, and quality control. Respondents must elaborate on any marginal or unsatisfactory ratings and accurately report any contract terminations. A narrative summary allows evaluators to express any concerns about future engagements with the contractor. The document ends with instructions for submission to relevant authorities within a specified timeframe. This questionnaire is part of a formal process enabling government agencies to verify contractors' capabilities based on prior work experiences, ensuring informed decisions in contractor selections for government services.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Strategic Communication Visual Arts and Signage Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for Strategic Communication Visual Arts and Signage Services at the Natick Soldier Systems Center in Massachusetts. The contract involves the production and installation of visual arts and signage for the newly constructed SFC Monti Research Facility and renovated Building 4, with a focus on adhering to Army branding and communication standards. This initiative is crucial for enhancing navigation and the aesthetic appeal of the facilities, thereby reinforcing the Army's commitment to creating functional and visually engaging environments. Proposals are due by April 30, 2025, and interested parties should direct inquiries to Alexander M. Ponusky or Timothy Konetzny via their provided email addresses.
W912P625QA003 FY25 LDPII Communication Skills Workshop
Buyer not available
The Department of Defense, through the United States Army Corps of Engineers (USACE) Chicago District, is seeking proposals for the W912P625QA003 FY25 LDPII Communication Skills Workshop, aimed at enhancing leadership development through a three-day training program. The contractor will be responsible for developing and facilitating interactive communication skills workshops for approximately 15 participants, requiring at least two experienced facilitators with a minimum of five years in corporate-style leadership training. This initiative is crucial for strengthening leadership capabilities within the Great Lakes Leadership Development Program - Tier II, ensuring compliance with federal regulations and wage determinations. Proposals must be submitted by April 29, 2025, at 2 PM CT, and interested contractors should contact Stephanie Boyd at Stephanie.L.Boyd@usace.army.mil for further details.
Request for Solutions (RFS): Soldier Borne Mission Command (SBMC) Other Transaction (OT) Opportunity
Buyer not available
The Department of Defense, through the Army Contracting Command, is seeking innovative solutions for the Soldier Borne Mission Command (SBMC) initiative, aimed at developing a fused digital awareness system for dismounted operations at the Company level and below. This opportunity invites vendors to participate in a rapid prototyping project that emphasizes compatibility with existing Army technologies, particularly the Android Tactical Assault Kit (ATAK), and requires prototypes to be delivered within seven months of award. The procurement process will utilize Other Transaction Authority (OTA) and is open to Non-Traditional Defense Contractors (NTDCs) and small businesses, with a focus on collaboration and innovation in technical proposals. Interested vendors must submit white papers by 5:00 PM ET on May 12, 2025, and can direct inquiries to Eric Roberts or Michael Kelly via email for further information.
20 ASOS USB-C to ODU Cables
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from small businesses for the procurement of 25 replacement USB-C to ODU 18-inch cables, as outlined in the Simplified Acquisition Proposal Request (SAPR) FA445225R0016. These cables are essential for communications and data transfer in tactical situations, experiencing normal degradation due to usage in both training and operational environments. Proposals must be submitted electronically by 12:00 PM (CST) on April 30, 2025, and should include a completed Pricing Worksheet, Provisions & Clauses forms, and a cover letter, with all submissions directed to Ms. Lindsay Fallon and Ms. Tonya Hughes at their respective email addresses. Late proposals will not be accepted, and the evaluation will focus on the lowest priced technically acceptable submissions that meet the specified requirements.
Exceptional Family Member Program (EFMP) / Respite Care Providers
Buyer not available
The Department of Defense, specifically the Army, is seeking proposals for the Exceptional Family Member Program (EFMP) Respite Care Provider Services, aimed at supporting military families with special needs. The contract involves providing trained Respite Care Providers (RCPs) who will deliver non-personal respite care services, ensuring families receive essential support while adhering to strict federal regulations and performance metrics. This initiative is crucial for maintaining the well-being of military families, reflecting the Army's commitment to their care and support. The contract is valued at approximately $16 million, with a performance period from April 10, 2025, to May 13, 2026, and proposals must be submitted electronically by April 30, 2025, to Tim Hallahan at timothy.d.hallahan.civ@army.mil or Ralph M. Bowie at ralph.m.bowie.civ@army.mil.
ACC-APG Natick Division FY25 Upcoming Aquisitions
Buyer not available
The Department of Defense, specifically the ACC-APG Natick Division, is preparing to release a Request for Proposal (RFP) for the maintenance of Storyline 360, a software tool critical for enhancing combat readiness. This procurement, valued at approximately $21,000, is currently in the pre-award/package development stage, with an estimated solicitation release planned for May 2025, and will be awarded on a competitive basis under a Firm-Fixed-Price (FFP) contract for a one-year period. The initiative underscores the government's commitment to utilizing updated software solutions to support military operations effectively. Interested vendors can reach out to the Natick Division at usarmy.natick.acc-micc.mbx.ncd-internal-tasker@army.mil for further information.
Supply Chain Optimization Support (SCOS)
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is seeking qualified vendors to provide Supply Chain Optimization Support (SCOS) services for the AMCOM Logistics Center. The objective is to enhance Stock Availability service support for Non-Performance Based Logistics related to B-64 missile and B17 aviation Source of Supply systems, focusing on areas such as forecasting, demand planning, inventory management, and logistics. This opportunity is particularly significant as it aims to meet evolving mission needs through innovative and efficient supply chain solutions. Interested parties, especially Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit a one-page capabilities statement by 2 pm CST on August 1, 2025, to Jennifer L. McClure at jennifer.l.mcclure14.civ@army.mil, and must be registered in the System for Award Management (SAM) and hold Joint Certification Program (JCP) certification.
Case Processing Operation Center (CPOC) Support Services
Buyer not available
The Department of Defense, through the Defense Counterintelligence and Security Agency (DCSA), is soliciting proposals for Case Processing Operation Center (CPOC) Support Services, aimed at enhancing investigation and personal background check services. This procurement is particularly significant as it supports the agency's mission to ensure national security through thorough vetting processes. The proposal response deadline has been extended to May 15, 2025, and interested small businesses are encouraged to review the updated solicitation documents, which include revisions based on industry feedback. For further inquiries, potential offerors can contact Herma Banks at herma.j.banks.civ@mail.mil or by phone at 571-697-0791.
ACC APG Installation & Technology Division Competitive/Fair Opportunity Industry Updates FY 2025
Buyer not available
The Department of Defense, through the Army Contracting Command-Aberdeen Proving Grounds (ACC-APG), is providing updates on competitive acquisition opportunities for fiscal year 2025, aimed primarily at small businesses. The initiative seeks to enhance communication between ACC-APG, mission partners, and industry stakeholders, with a focus on various upcoming projects, including a Post-Wide Minor Construction Recompete valued at $100M-$110M and environmental services estimated between $12M and $24M. These opportunities underscore the government's commitment to engaging small businesses in diverse federal projects, with most solicitations expected to be released in the third quarter of FY 2025. Interested vendors can direct their questions to Ms. Yadira Colon at yadira.i.colon.civ@army.mil, with the understanding that all information is subject to change and formal proposals should not be submitted at this stage.
Communications Services
Buyer not available
The U.S. Election Assistance Commission (EAC) is seeking qualified small business vendors to provide comprehensive communications services aimed at enhancing the agency's visibility and delivering essential information to election officials and the public. The contractor will be responsible for developing a media strategy, managing media relations, creating content, and engaging in crisis communications, all while adhering to high-quality performance standards as outlined in the Statement of Work (SOW). This initiative is crucial for ensuring effective communication and transparency in the electoral process, with the contract set to span from September 1, 2025, to August 31, 2026. Interested parties must submit their proposals electronically by May 9, 2025, and direct any questions to Ogochukwu Nwankwo at onwankwo@eac.gov, with a copy to Contracts@eac.gov.