DHRAG
ID: W91QF5-25-R-0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FT GREGG-ADAMSFORT GREGG ADAMS, VA, 23801-0000, USA

NAICS

Human Resources Consulting Services (541612)

PSC

SUPPORT- PROFESSIONAL: HUMAN RESOURCES (R431)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a contract titled "DHRAG" aimed at enhancing Human Resources (HR) services for military personnel and Department of the Army civilians at Fort Gregg-Adams in Virginia. The contractor will be responsible for providing HR training, developing an integrated HR IT system, and transforming HR operations while ensuring compliance with federal and local regulations. This procurement is critical for supporting the Integrated Personnel and Pay System-Army (IPPS-A) and improving overall HR service delivery within the Army's modernization framework. Interested parties must submit their proposals electronically by March 5, 2025, and can direct inquiries to Dr. Regina Givens at regina.n.givens.civ@army.mil or Octavia Heflin-Smith at OCTAVIA.L.HEFLIN-SMITH.CIV@ARMY.MIL.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines estimated workload data for various positions associated with a government project. It specifies the direct labor hours required annually for each role, including a Project Manager, Deputy Project Manager/Quality Assurance, and several levels of General Clerks. The total annual labor hours range from 2,080 hours for upper-level management roles to 72,800 hours for lower-level General Clerk II positions. This information appears to be part of a government Request for Proposal (RFP) that details staffing requirements and labor allocation for effective project execution. The breakdown highlights the demand for a significant number of clerical staff, which suggests a focus on administrative tasks and data management within the project scope. Understanding these labor estimates aids potential bidders in calculating staffing needs and costs when responding to the RFP. This document is essential for ensuring proper resource allocation and management in compliance with government contracting regulations.
    This government document outlines historical workload data pertaining to various labor roles and their estimated annual hours. It includes positions such as Project Manager, Deputy Project Manager/Quality Assurance, General Clerk II and III, across different functions including automation and retirement services. The hours estimated per year for these roles range significantly, with General Clerk II requiring the highest at 72,800 hours, indicating significant clerical demands. This data serves as a foundation for assessing workforce requirements and resource allocation in response to federal and state proposals (RFPs) and grants, essential for ensuring efficient project management and delivery in government contracts. The compilation of direct labor hours for multiple roles assists in projecting operational capacity and informing future workforce planning.
    This document serves as a detailed inventory list of Government Furnished Property (GFP), primarily focusing on various types of computing equipment and accessories provided by the government. The inventory includes several models of laptops, docking stations, monitors, shredders, fax machines, and printers, primarily from HP and Samsung brands. Each entry specifies the item type, computer name, make/model, and serial number for tracking and accountability purposes. The extensive list showcases the government's initiative in outfitting its personnel with necessary hardware for efficient operations. This type of information is essential for managing federal RFPs and grants, ensuring compliance with regulations regarding government property. The meticulous documentation aids in identifying resources, managing inventory, and ensuring that all government-provided assets are accounted for and maintained correctly. Overall, the document underscores the importance of transparency and accountability in government acquisitions and asset management.
    The document outlines a listing of non-PSDR supported organizations within the federal government framework. It identifies various units and codes affiliated with different military and logistical support organizations, specifically referencing the U.S. Army and its operational components. The listing provides unique identifier codes (UICs), descriptive names of entities, and their purpose, categorizing them primarily into training, operational, and support units. Key organizations mentioned include the 16th Ordnance Battalion, 832nd Ordnance Battalion, and various logistical training departments. The file serves as an administrative reference, likely in support of broader governmental contracting processes, aiding understanding of available support units for potential RFPs and grants. The structured categorization of units emphasizes their respective functions, underscoring the organization’s emphasis on maintaining an efficient operational capability and resource allocation throughout the military support services.
    The Collective Bargaining Agreement between Gemini Tech Services, LLC, VALI, Inc., and the Transportation Workers Union of America outlines the terms and conditions of employment for unionized employees from October 16, 2022, to October 15, 2024. It includes articles on recognition of the union, agency shop clauses, non-discrimination, probationary periods, management rights, stewards, safety practices, job vacancies, layoffs, and grievance procedures. Key provisions state that employees must pay union dues, and management retains various operational rights. The agreement supports employees' claims of non-discrimination based on various grounds and mandates procedures for layoffs and recalls based on seniority. Employees receive benefits including paid holidays, vacation, personal leave, and insurance. It stipulates wages incrementally increase based on an appended wage schedule. The document reflects a commitment to fair labor standards while complying with federal and state regulations pertinent to government contracts, ensuring ongoing dialogue with the union regarding contractual changes. This agreement is essential for maintaining a harmonious work environment and outlining both parties' rights and responsibilities under union representation.
    The Performance Work Statement (PWS) for the United States Army Garrison Fort Gregg-Adams outlines the requirements for a non-personal services contract aimed at enhancing Human Resources (HR) services for military personnel and Department of the Army civilians. The contractor is responsible for providing HR training, developing an integrated HR IT system, and transforming HR operations across various Army components, ensuring compliance with federal and local regulations. Key objectives include supporting the Integrated Personnel and Pay System-Army (IPPS-A), developing training solutions, and facilitating HR doctrine integration. The contractor must establish a Quality Control Plan to maintain service quality, handle security and personnel access, and ensure prompt complaint resolution. Emphasis is placed on maintaining effective communication, conducting training, and adhering to operational protocols. The document serves as a detailed guideline for potential bidders, detailing expectations surrounding contract performance, personnel security, environmental compliance, and operational responsibilities, ensuring alignment with the Army's modernization goals.
    The Korea Military Personnel Division (MPD) outlines its performance requirements for contractors managing personnel services related to onboarding and offboarding military staff. The document establishes processing standards, including timeframes for access requests and personnel data management, with strict corrective actions for defects. The contractor must provide timely initiation of access requests, validate personnel orders, conduct audits, and maintain compliance with Army directives. Performance metrics include acceptable quality levels, with specific allowances for defects, and comprehensive oversight through inspections and corrective measures documented monthly. The contractor must manage personnel assignment transactions, conduct deployable orders processing, and ensure accurate records in the Interactive Personnel Electronic Records Management System (iPERMS). Additionally, modifiable assignments and clearance processes are clearly defined, requiring constant monitoring and response to various operational needs. Ultimately, this document serves as a framework for efficient personnel management within the Army, emphasizing accountability, accuracy, and responsiveness to evolving military requirements.
    The Technical Exhibit B outlines the deliverables schedule for a government contract, detailing various required submissions and their respective timelines. Deliverables include a Quality Control Plan, Complaint Resolution, Corrective Action Plans for sub-standard performance, and multiple training certifications for contractor personnel. Each deliverable must be submitted electronically to the Contracting Officer within specified timeframes, including immediate reporting for complaints and corrective actions within one business day. Other requirements encompass installation logs, training plans, and background check reports, with emphasis on compliance within 30 days following contract award or hiring. The document underscores a structured framework for ensuring quality assurance, contractor accountability, and adherence to security protocols. It operates within the context of federal contracting procedures, emphasizing the importance of timely reporting, training, and conflict of interest management, essential for the successful execution of projects funded through federal grants and RFPs. This comprehensive deliverable schedule reflects the government’s commitment to maintaining operational integrity and effective oversight throughout the contract lifecycle.
    The document outlines a Request for Proposal (RFP) for the provision of various services to Fort Gregg-Adams, Virginia, focusing on non-personal management, supervision, and labor services related to the Army General's Directorate Human Resources (AG, DHR). The solicitation number is W91QF525R0003, with an offer due date of March 5, 2025. The contract covers services over multiple periods, including a phase-in month and a base year, with specified quantities and deliverables such as office supplies and travel costs. Key points include the requirement for the contractor to submit regular Service Contract Reports detailing labor hours and rates, compliance with federal travel regulations, and adherence to payment procedures via the Wide Area Workflow (WAWF) system. Considerations for personnel vetting and compliance under the Fort Gregg-Adams installation policies are included, emphasizing the procedural requirements for contractor access and the assurance of legal employment practices. This RFP reflects the federal government's ongoing commitment to partner with small businesses while establishing clear guidelines for contract execution and compliance with federal regulations pertaining to workplace eligibility and access control.
    The document outlines Amendment 0001 to the solicitation W91QF525R0003, which focuses on changes related to proposal submission and evaluation for a government contract. Key revisions include the removal of erroneous attachments, updates to the volume count, and modifications to the instructions for offerors. The solicitation is structured into three volumes: General, Technical Capability, and Price, detailing specific requirements for each. Offerors are instructed to follow strict formatting and submission guidelines, including page limits and proposal organization. The amendment clarifies that the government will not hold a site visit and stipulates that all proposals must be submitted electronically by the indicated closing date. Affected offerors are mandated to acknowledge the amendment's receipt to avoid rejection. The evaluation criteria emphasize a Lowest Price Technically Acceptable (LPTA) approach, with proposals assessed for technical capability, management and staffing plans, and quality control measures. Ultimately, the document aims to ensure a transparent and efficient process for prospective contractors while maintaining compliance with federal procurement standards.
    The document outlines inquiries and responses regarding Solicitation W91QF525R0003, focusing on staffing and service requirements for a government contract related to office supplies, travel, and service contracts. Key questions from industry stakeholders include requests for estimated quantities of supplies, travel details, incumbent contractor information, and personnel requirements. The government confirms the presence of an incumbent contractor, Gemini Tech Services, and specifies that no corporate security clearance is needed. Clarifications indicate a performance-based staffing model is preferred, without substitutions for key personnel post-award. Furthermore, it outlines that contractor personnel will have access to necessary IT systems and office space, with travel reimbursement limited to a set budget. The document emphasizes maintaining accurate reporting of productive work hours, wherein contractors should account for any deviations from the standard 2,080 hours per full-time equivalent (FTE) annually. Overall, the solicitation reflects the government's intent to streamline contractor services while addressing historical performance, workload management, and compliance with defined labor expectations.
    Lifecycle
    Title
    Type
    DHRAG
    Currently viewing
    Solicitation
    Similar Opportunities
    Human Resources Training & Professional Development Services
    Buyer not available
    The Department of Defense, through the Defense Intelligence Agency, is seeking proposals for Human Resources Training and Professional Development Services. This procurement aims to enhance the skills and capabilities of personnel within the agency, focusing on professional and management development training. Such services are crucial for ensuring that the workforce is well-equipped to meet the evolving demands of national security and intelligence operations. Interested vendors should reach out to Kaitlyn Kroner at kaitlyn.kroner@dodiis.mil or Uduak Obotette at uduak.obotette@dodiis.mil for further information regarding this presolicitation opportunity, which is set to take place in the District of Columbia.
    NAFSGP Dynamics GP Software Replacement
    Buyer not available
    The Department of Defense, through the Defense Finance and Accounting Service (DFAS), is seeking industry input for the replacement of its current Microsoft Dynamics GP ERP software. The objective is to identify modern, scalable, and cost-effective solutions that will enhance financial operations and reporting processes for Army Non-Appropriated Funds. This initiative is crucial for ensuring efficient management of financial resources and compliance with federal standards. Interested vendors, particularly small businesses, are encouraged to submit detailed responses by February 24, 2025, to Jennifer A. Stegman at jennifer.a.stegman.civ@mail.mil, as this Request for Information (RFI) will inform future acquisition strategies.
    Financial Improvement & Audit Remediation (FIAR) and Audit Support Services
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for Financial Improvement & Audit Remediation (FIAR) and Audit Support Services. The objective of this procurement is to enhance audit readiness, improve internal controls, and standardize financial processes within the Military Health System, ensuring compliance with federal guidelines. This initiative is critical for maintaining financial integrity and operational excellence in military health facilities, with the contract structured as a non-personal services agreement spanning a base year and four optional extension years. Interested vendors should contact Tanzania Robinson at tanzania.m.robinson.civ@health.mil or Carlos Sikaffy at carlos.a.sikaffy.civ@health.mil for further details, with proposals due by February 28, 2025.
    ACC-APG Division D Competitive/Fair Opportunity Industry Update
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground (ACC-APG), is issuing a special notice regarding competitive contracting opportunities within Division D. The procurement aims to engage contractors for various projects, including Information Technology Support Services, environmental remediation, and soldier protection systems, which are critical for enhancing operational efficiency and compliance with federal standards. These opportunities reflect the Army's ongoing commitment to modernization and readiness, with contract values ranging from under $10 million to over $350 million, and anticipated solicitation release dates primarily projected for late 2024 to early 2025. Interested parties can reach out to Kimberly A. McCarthy at kimberly.a.mccarthy14.civ@army.mil or Robin P. Donovan at robin.p.donovan.civ@army.mil for further information.
    Remote Health Readiness Program 4 (RHRP-4)
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the Remote Health Readiness Program 4 (RHRP-4), which aims to provide comprehensive medical and dental readiness services to military personnel, including both active duty and reserve components. The contract, valued at up to $1.61 billion, will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) contract over a ten-year period, encompassing a transition phase followed by a base period and nine optional years of performance. This initiative is crucial for maintaining the health and operational readiness of service members, ensuring they receive necessary assessments and treatments across various modalities, including in-clinic and virtual care. Interested contractors should contact Nakaura C. Yusuf at nakaura.c.yusuf.civ@health.mil or call 703-681-5821 for further details regarding the solicitation process.
    Electronic Institutional Review Board (EIRB) Services
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking sources for Electronic Institutional Review Board (EIRB) services to support the management of research reviews across the DoD. The procurement aims to secure software licenses, maintenance, and support services for the EIRB system, which is vital for ensuring compliance with cybersecurity requirements and enhancing the functionality of research oversight. This initiative is critical for the DHA as it seeks to implement a comprehensive framework for real-time wellness monitoring and improve employee wellbeing within the organization. Interested parties must submit their capabilities overview by February 24, 2025, and can contact Kevin Hodge at kevin.d.hodge8.civ@mail.mil or Author Sandlain at author.e.sandlain.ctr@health.mil for further information.
    Family Advocacy Program (FAP) Victim Advocacy Program (VAP) and Emergency Placement Care (EPC) Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Family Advocacy Program (FAP) Victim Advocacy Program (VAP) and Emergency Placement Care (EPC) Support Services. The contract aims to provide non-personal services that include 24/7 victim response, domestic violence prevention, and coordination for emergency placement of children in crisis situations at U.S. Army installations, primarily located in Germany. This initiative is critical for ensuring the safety and well-being of soldiers and their families, reflecting the Army's commitment to addressing domestic abuse and providing comprehensive support. Proposals must be submitted electronically by March 7, 2025, and interested parties can contact Jessica Spencer at jessica.r.spencer2.civ@army.mil or Carlos Mayorga at carlos.a.mayorga.civ@army.mil for further information.
    R--Human Resource Protection Program
    Buyer not available
    Presolicitation Department of Defense is seeking Human Research Protection Program Support Services. This service is typically used to provide support for the Human Research Protection Program. The place of performance is 7700 Arlington Blvd., Falls Church, VA 22042, US. The period of performance is from 2/15/20-2/14/21 with four one-year options. If all options are exercised, performance will continue until 2/14/25.
    ACC-APG Upcoming Opportunities: Belvoir Division FY25
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Belvoir Division, is announcing upcoming contract opportunities for fiscal year 2025. The procurement focuses on project management and engineering services related to power distribution systems, including the Prime Power Distribution Systems (PPDS) and the PDISE family, aimed at enhancing the U.S. Army's Deployable Power Generation and Distribution System. These services are critical for ensuring efficient military operations and logistics support. Interested contractors should direct their inquiries to Shahaadah Nalls at Shahaadah.C.Nalls.civ@army.mil, as all questions will be compiled and addressed in subsequent quarterly updates, with the understanding that these opportunities are subject to change and cancellation at any time.
    Building and Equipment Life Cycle Management for Preventive and Demand Maintenance Through Aberdeen Proving Ground Facility Management Support (FMS), General Fund Enterprise Business System (GFEBS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking vendors for a contract focused on Building and Equipment Life Cycle Management through the General Fund Enterprise Business System (GFEBS) and Facility Management Support services at Aberdeen Proving Ground (APG). The primary objective is to identify potential sources capable of fulfilling a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract to support the Department of Public Works (DPW) in managing preventive and demand maintenance across multiple facilities. This initiative is crucial for maintaining operational efficiency and compliance with Army regulations, ensuring effective asset, work order, and inventory management while adhering to strict data integrity and security protocols. Interested parties must submit capability statements by March 13, 2025, and can contact Scott Nunley at scott.e.nunley.civ@army.mil or Donna Poteat at donna.n.poteat.civ@army.mil for further information.