CUSTOMER SERVICES SUPPORT USAG WIESBADEN
ID: W912CM25QA012Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0409 AQ HQ CONTRACT =APO, AE, 09005, USA

NAICS

Office Administrative Services (561110)

PSC

SUPPORT- MANAGEMENT: OTHER (R799)
Timeline
    Description

    The Department of Defense, through the Regional Contracting Office Wiesbaden, is soliciting quotes for a Firm Fixed Price contract to provide Customer Services Support for the U.S. Army Garrison (USAG) Wiesbaden in Germany. The contract aims to enhance customer service initiatives, including managing the Interactive Customer Evaluation (ICE) program, conducting customer surveys, and implementing training programs, with a goal of achieving a customer satisfaction rate exceeding 90%. This opportunity is crucial for maintaining effective service delivery within the military community, particularly during periods of personnel changes. Interested offerors must submit their proposals, including required documentation, by the specified deadline, and can direct inquiries to the primary contacts, Iordanis Organtzis and Chris Paitson, via the provided email addresses. The contract is set to commence on August 1, 2025, with a total estimated value of $382,258.00 over the contract term, which includes one base year and four option years.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines non-personal customer support services for USAG Wiesbaden, emphasizing workforce stability and effective service delivery amid significant personnel changes. The contractor is tasked with managing customer service initiatives such as the Interactive Customer Evaluation (ICE) program, customer surveys, and training programs, aiming for a customer satisfaction rate exceeding 90%. The contractor must maintain a robust Quality Control Plan to ensure compliance with performance standards and timelines. Essential responsibilities include tracking and responding to customer feedback within specified timeframes, standardizing service areas, and preparing monthly and quarterly reports using analytical tools such as PowerBI. Key deliverables consist of implementing an annual Marketing Plan and conducting required training, while also managing feedback from the Commander’s Hotline. The document specifies the contractor's obligations regarding personnel qualifications, security requirements, and adherence to safety and environmental protocols. This RFP serves to enhance customer experiences within the military community by providing structured support and efficient processes that meet the outlined objectives and standards. The detailed specifications and deliverables reinforce the need for effective communication and coordination among contractors and government personnel to achieve service excellence.
    The Quality Assurance Surveillance Plan (QASP) outlines the procedures the government will use to ensure contractor compliance in delivering customer service support under contract # TBD, effective May 19, 2025. This plan identifies what services will be monitored, how the monitoring will proceed, the roles and responsibilities of government personnel, and methods for evaluating contractor performance. The contractor is responsible for quality control, while the government ensures an objective and fair evaluation of service quality based on established performance standards. Key aspects include detailed surveillance methods like 100% inspection, random sampling, and customer feedback, along with specific performance objectives and thresholds outlined in the Performance Requirements Summary (PRS). It delineates processes for non-conformance situations, requiring corrective action requests (CAR) based on the severity of service deficiencies. The COR is responsible for generating monthly status reports and maintaining comprehensive documentation of surveillance activities. The QASP serves to hold the contractor accountable while promoting service quality, demonstrating the government’s commitment to transparency and performance standards in public contracts. As a living document, it allows for adjustments based on performance trends and service needs, ensuring continuous improvement in service delivery.
    The Reference Information Sheet outlines the requirements for submitting references as part of proposals related to the federal solicitation W912CM25QA012. Proposals must include details about each reference, including the awarding organization, contract specifics, contract dates, contact information, work location, and a description of the work performed. A rationale explaining the relevance of past experiences to the current solicitation is also required, alongside any performance issues or conflicts faced during the contract. Finally, the current status of the contract must be clearly indicated. This structured format is designed to ensure that potential contractors provide sufficient evidence of past performance and capability, ultimately facilitating a thorough evaluation of proposals in line with federal contracting standards. The document highlights the importance of transparency and accountability in government procurement processes.
    The Past and Present Performance Questionnaire (W912CM25QA012) is a tool for evaluating a contractor's past performance as part of a competitive service contract bid process managed by the Regional Contracting Office in Wiesbaden. References selected by the contractor are requested to complete the questionnaire and provide insights on the contractor's performance across various criteria, such as quality, schedule adherence, invoicing accuracy, business relationships, and management of key personnel. The questionnaire includes sections for contract identification, customer agency details, performance ratings (ranging from "Unsatisfactory" to "Exceptional"), and a narrative summary for additional comments or reservations regarding future solicitations of the contractor. All responses should be submitted directly to the contracting officers, underscoring the importance of candid evaluations in the source selection process to ensure the contractor’s qualifications meet governmental standards. The document ultimately aims to collect comprehensive performance data to inform contract award decisions within federal and local procurement processes.
    The W912CM25QA12 Customer Services Support Solicitation pertains to a recompete contract for consulting services, previously held by B. French Consulting. The primary aim is to solicit proposals for support services, stipulating a firm fixed price structure. Key details include that U.S. companies are exempt from local German taxes and that offers may be submitted in both Euros and U.S. Dollars, with a specified conversion rate. Services cannot be performed remotely, requiring personnel to be physically present in Europe, although having a management team on-site is not mandatory but encouraged. Proposals must include a populated price workbook, as well as documents outlined in the solicitation amendments. Additionally, coverage policies for absentee personnel specify that an incumbent's absence beyond three days necessitates backfilling. The workspace provided accommodates one full-time employee, with the option for a backfill personnel to share the space as needed. This solicitation aims to ensure quality management and structured pricing while clarifying participation guidelines for interested contractors.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) aimed at procuring customer service support for the U.S. Army. It includes detailed sections such as requisition numbers, contract details, award timelines, and submission guidelines for proposals. The contract, identified under solicitation number W912CM25QA012, is set for an initial base year from August 1, 2025, to July 31, 2026, with options for four additional years. Key requirements specify that offerors must demonstrate relevant qualifications, including certified personnel with experience in customer service program management, process improvement, and project management in an English-speaking context. The document highlights compliance with various Federal Acquisition Regulation (FAR) clauses, including provisions addressing small business participation, labor standards, and electronic payment requirements via the Wide Area Workflow (WAWF) system. The solicitation emphasizes the importance of accuracy in submissions, including specific documentation regarding price schedules and technical qualifications. Overall, the document serves as a comprehensive template for facilitating contract awards to eligible businesses, reinforcing the government’s commitment to supporting women-owned and minority-owned enterprises in federal procurements.
    This government file outlines pricing and service quantities proposed in response to a Request for Proposals (RFP). The main focus is on providing Customer Service Support and Contract Manpower Reporting across multiple contract periods, including a base period and up to four option periods. Each period includes a set quantity of services: 12 units for Customer Service Support and 1 unit for Contract Manpower Reporting. The financial breakdown details monthly pricing, annual totals, and indicates a gradual increase in unit prices over the years, culminating in an estimated total of $382,258.00 over the contract term. This structured pricing analysis aligns with federal guidelines for budgeting and reporting associated with government contracts. Overall, the document serves as a price book for potential contractors in government solicitations, emphasizing transparency and structured pricing in line with federal standards for grant proposals and RFP responses.
    The Cost Calculation Sheet outlines the financial details related to customer service support and contract manpower reporting for a government contract, covering various periods. It divides the total contract into base and option years, specifically detailing quantities of customer service support (12 units per period) and contract manpower reporting (1 unit per period) across five periods, including the base year and four option years. The document is structured into sections that indicate the quantity and total price for each item, suggesting a systematic approach to budgeting for this service contract. This file is part of federal RFPs and grants, emphasizing the procurement process for government services. It reflects the expectation for comprehensive pricing and reporting to maintain transparency and accountability in governmental financial transactions, crucial in managing federal and state spending.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Repair, Install and Replace Ceilings, Walls and Doors within Buildings, USAG Bavaria, Grafenwoehr Military Community (W912PB26BA002)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the repair, installation, and replacement of ceilings, walls, and doors within buildings at the USAG Bavaria, Grafenwoehr Military Community, under solicitation number W912PB26BA002. This project encompasses a range of construction activities, including the installation of electronic locking systems, and requires compliance with both German and U.S. regulations, emphasizing safety, quality control, and environmental protection. The contract, valued at a maximum of €10,000,000.00, will be awarded to the lowest responsible bidder, with bids due by January 15, 2026, at 14:00 local time. Interested contractors should direct inquiries to Regina Rueckschloss at regina.rueckschloss.ln@army.mil or call 09641-70-526-8702 for further details.
    Grounds Maintenance USAG Ansbach
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide grounds maintenance services for the U.S. Army Garrison (USAG) Ansbach in Bavaria, Germany. The procurement involves a Firm-Fixed Price (FFP) contract with a base period starting on April 1, 2026, and includes three optional one-year extensions, covering a total of approximately 2,216 acres across multiple kasernes. This contract is crucial for maintaining the aesthetic and functional quality of military grounds, ensuring compliance with both U.S. and German regulations. Interested parties should contact Kimberly Marra at kimberly.l.marra.civ@army.mil for further details, and note that a site visit is scheduled for December 10, 2025, with registration required by December 8, 2025.
    BATTLEFIELD STAFF RIDES (BSR) RENEWAL CONTRACT
    Dept Of Defense
    The Department of Defense, through the U.S. Army Regional Contracting Office Bavaria, is soliciting proposals for the Battlefield Staff Rides (BSR) Renewal Contract, aimed at providing educational services to U.S. Army Europe's subordinate commands. The contract, which will be a firm-fixed-price, Indefinite Delivery Indefinite Quantity (IDIQ) agreement, seeks to enhance leadership development through historical battlefield tours, including logistical support such as transportation, accommodations, and meals. With a maximum value of $15,294,484 and a guaranteed minimum of $5,000, the contract period spans from May 27, 2026, to May 26, 2031. Interested parties should contact Matthew Troyer at matthew.e.troyer.mil@army.mil or Andrea Lucas at andrea.r.lucas.ln@army.mil for further details and to ensure compliance with the proposal submission requirements.
    Maintenance and Repair of Fire Control Center Systems - USAG Ansbach
    Dept Of Defense
    The Department of Defense, through the Regional Contracting Office - Bavaria, is preparing to solicit bids for the maintenance and repair of Fire Control Center systems at USAG Ansbach, located in Bavaria, Germany. This procurement will involve a Requirements Type Contract that includes Firm Fixed Price (FFP), Time and Material (T&M), and Labor Hour (LH) Contract Line Item Numbers (CLINs), with the evaluation based on low price technically acceptable factors. The services are critical for ensuring the operational readiness and reliability of fire control systems, and the solicitation is expected to be posted on the sam.gov website in December 2024. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to monitor the website for updates, as all documentation will be available online and no paper copies will be distributed. For further inquiries, potential bidders can contact Kimberly Marra at kimberly.l.marra.civ@army.mil or by phone at 314-526-8706.
    FY26 HESSEN BAVARIA DB SATOC
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the FY26 HESSEN BAVARIA DB SATOC project, which involves a firm fixed price, indefinite delivery/indefinite quantity contract for design-build construction. The primary objectives include facility repair, renovation, conversion, alteration, additions, and the procurement/installation of minor construction projects within the states of Bavaria and Hessen in Germany. This contract is crucial for maintaining and enhancing military infrastructure, ensuring that facilities meet operational needs. Interested parties can reach out to Melodie Clare at melodie.e.clare@usace.army.mil or Ryan Fernandez at RyanDale.R.Fernandez@usace.army.mil for further details regarding the solicitation process.
    Repair Railroad Facilities, USAG Bavaria, Grafenwoehr Military Community (W912PB25BA001)
    Dept Of Defense
    The Department of Defense is seeking contractors to repair railroad facilities at the USAG Bavaria, Grafenwoehr Military Community in Germany. The project involves comprehensive repairs to tracks, bridges, culverts, ramps, switches, and signaling facilities, adhering to railroad signal regulations at Tower Barracks and Rose Barracks. This contract will be structured as an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with a guaranteed amount of €20,000 and an estimated maximum value of €5,000,000, spanning from April 1, 2026, to March 31, 2031. Interested parties should note that the solicitation is expected to be issued around January 15, 2026, with bids due approximately by February 17, 2026, and must comply with German law to be eligible for consideration.
    DLA Conveyor
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to extend services under a sole source contract for Facility Maintenance and Repairs Services for the conveyor system at DLA Distribution Europe. This extension is necessary to prevent a gap in service that would hinder the timely fulfillment of customer requirements in the EUCOM, CENTCOM, and AFRICOM areas, as the current contract expired on March 17, 2023. The new contract, designated W564KV-23-P-0019, will be a six-month Firm Fixed-Price (FFP) contract, allowing for continued operations while the follow-on competitive contract under solicitation number W564KV-23-Q-0011 is finalized. Interested parties can reach out to Brian Davis at brian.j.davis16.civ@mail.mil for further information.
    Technical, Analytical and Financial Services, Deputy Chief of Staff (DCS, G-8) Directorates
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command – Aberdeen Proving Ground (ACC-APG), is soliciting proposals for Technical, Analytical, and Financial Support Services for the Deputy Chief of Staff (DCS, G-8) Directorates. This procurement aims to secure a Cost Plus Fixed Fee (CPFF) contract that includes a 12-month base period, four option years, and a six-month extension, focusing on providing essential support services that enhance the Army's operational capabilities. The contract will require compliance with various federal regulations, including performance evaluations and ethical standards, ensuring high-quality service delivery. Interested parties must submit their proposals electronically by December 16, 2025, at 3:00 PM EST, and can direct inquiries to Salma K. Williamson or Gabriel Feltenstein via their provided email addresses.
    Maintenance, Repair, and Inspection of Hoists in the Kaiserslautern Military Community (KMC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide maintenance, repair, and inspection services for hoists within the Kaiserslautern Military Community (KMC) in Germany. The procurement aims to ensure the continuous and safe operation of hoists at various locations, adhering to both German and U.S. standards, with a contract that includes a base period from November 1, 2025, to October 31, 2026, and four optional one-year extensions through October 31, 2030. This service is critical for maintaining operational integrity and safety within military facilities, as it encompasses routine and emergency repairs, safety inspections, and compliance with stringent environmental and security regulations. Interested vendors must submit their proposals by August 22, 2025, and can contact Beatrice Meier at beatrice.meier.1.de@us.af.mil or Tristan Gallemore at tristan.gallemore@us.af.mil for further information.
    Regional Switchboard Services for U.S. Diplomatic Posts in Europe
    State, Department Of
    The U.S. Department of State is seeking qualified contractors to provide Regional Switchboard Services for U.S. diplomatic posts across Europe, as outlined in Solicitation Number 19GE5026R0007. The procurement aims to award up to two firm-fixed-price, indefinite-delivery/indefinite-quantity (IDIQ) contracts, which will include services such as 24/7 call handling in multiple languages, emergency escalation, and comprehensive reporting. This service is critical for ensuring effective communication and support for U.S. citizens and government officials in various European locations. Interested parties must submit their offers by January 9, 2026, and direct any questions to Contract Specialist Patticha Gruenbeck by December 12, 2025, with specific email instructions provided for both submissions.