GEN CLERK III
ID: PAN015753Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT EISENHOWERFORT EISENHOWER, GA, 30905-5719, USA

NAICS

Office Administrative Services (561110)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a General Clerk III position to support the Army Community Service's Family Advocacy Program at Fort Moore, Georgia. This non-personal services contract aims to enhance community-based prevention efforts addressing child and domestic maltreatment through essential administrative support, including data management and coordination of educational programs for military families. The contract has a total award amount of $12,500,000, with a performance period starting from September 28, 2025, to September 27, 2026, and includes four option years extending to 2030. Interested parties can contact Broderick Jenkins at broderick.d.jenkins.civ@army.mil or Charles T. Smith at charles.t.smith34.civ@army.mil for further details.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a non-personal services contract for a General Clerk III to support the Army Community Service's Family Advocacy Program (FAP) at Fort Eisenhower, GA. The contract aims to enhance community-based prevention efforts to address child and domestic maltreatment through administrative support. Key responsibilities include managing data collection, maintaining records in accordance with Army standards, and assisting in the coordination of education programs and workshops for military families. The project spans one base year from September 2025 to September 2026, with four option years. Contractor performance will be evaluated bi-monthly to ensure service quality. Security protocols, including background checks and adherence to access control measures, are critical for contractor personnel. Comprehensive training, including anti-terrorism and operations security, is mandatory. The document emphasizes strict adherence to quality control and reporting processes, highlighting the need for ongoing communication between the contractor and government representatives. The importance of maintaining an organized record-keeping system and ensuring professionalism in contractor conduct is also underscored, with detailed guidelines for key personnel and operational procedures. Overall, this PWS reflects the structured approach to providing essential support services within the Army's Family Advocacy Program framework.
    The document outlines a solicitation for commercial products and services aimed at Women-Owned Small Businesses (WOSB) for supporting the Family Advocacy Program (FAP), focusing on preventing child and domestic maltreatment. The contract number W9124925RA002 specifies a total award amount of $12,500,000, with the primary job being labeled as a General Clerk. The performance period spans from September 28, 2025, to September 27, 2026, with several option line items extending to 2030. Key procurement details reveal the materials and services required, including administrative support obligations and inspection requirements set to occur at designated locations. Various clauses are embedded to comply with federal regulations and acquisition standards, supporting fair labor practices, equal opportunity, and ethical contractor conduct. Understanding its government context, this solicitation promotes small business participation, emphasizing equal opportunities for WOSB and related socioeconomic categories such as Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and service-disabled veteran-owned small businesses (SDVOSB). This RFP reflects the government's commitment to inclusivity and diversity in contracting, aligning with broader economic empowerment goals for underrepresented groups.
    This document is the Wage Determination No. 2015-4465 from the U.S. Department of Labor concerning the Service Contract Act, indicating mandatory wage and benefit standards for federal contracts. It outlines the payment obligations based on the relevant Executive Orders, defining specific minimum wage rates required for contracts depending on their award and renewal dates. For contracts post-January 30, 2022, the minimum wage is set at $17.75 per hour, while for earlier contracts, a minimum of $13.30 applies. The document specifies occupations and respective wage rates, including detailed classifications across various job types, along with fringe benefits such as health, welfare, and paid sick leave mandates under Executive Order 13706. Additionally, it emphasizes compliance requirements for contractors, including vacation, holiday pay, and uniform allowances. The conformance process for unlisted job classifications is outlined, ensuring equitable pay and categorization in line with established wage standards. This document serves to protect workers on federal contracts by enforcing fair compensation practices, critical for maintaining labor standards in government-funded projects.
    Lifecycle
    Title
    Type
    GEN CLERK III
    Currently viewing
    Solicitation
    Similar Opportunities
    Special Notice - Fort Moore Job Order Contract (JOC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is announcing a Special Notice for the Fort Moore Job Order Contract (JOC), now identified as W5168W25RA013, which will be executed at Fort Benning, Georgia, and surrounding locations. This procurement aims to secure services for commercial and institutional building construction, focusing on the repair or alteration of miscellaneous buildings. The contract is set aside for small businesses, emphasizing the importance of fostering small business participation in federal contracting opportunities. Interested parties should note that the anticipated solicitation date is May 23, 2025, and can reach out to Deidra Hicks at deidra.l.hicks.civ@army.mil or Christopher Weber at christopher.weber11.civ@army.mil for further inquiries.
    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.
    Ft. Stewart Base Operation Support Services - Consolidation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide consolidated Base Operations Support Services (BASOPS) at Fort Stewart, Georgia. This procurement aims to merge four existing contracts—covering BASOPS, scales inspection and maintenance, grease trap servicing, and elevator maintenance and repair services—into a single contract valued at approximately $286,566,010.20. This consolidation is part of the Army's initiative to enhance efficiency and standardize services while ensuring maximum participation from small businesses, particularly those eligible under the 8(a) and Small Business (SB) programs. Interested parties can reach out to Jonathon Hecker at jonathon.r.hecker.civ@army.mil or Sam Colton at samuel.j.colton.civ@army.mil for further information.
    Sources Sought Notice-- Fort Moore Job Order Contract (JOC)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking qualified contractors for a Job Order Contract (JOC) at Fort Moore, Georgia, focusing on general construction, repair, maintenance, and demolition projects. The procurement aims to establish a fixed-price contract under NAICS code 236220, which encompasses a variety of construction activities, including work on barracks and administrative buildings, while ensuring compliance with safety, quality, and environmental standards. This initiative is crucial for maintaining and upgrading federal facilities efficiently and sustainably, with an emphasis on transparency in pricing through the use of a Unit Price Book (UPB). Interested parties should direct inquiries to Deidra Hicks at deidra.l.hicks.civ@army.mil or Christopher Weber at christopher.weber11.civ@army.mil for further details.
    ACO-P Cyber School course
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the ACO-P Cyber School course at Fort Gordon, Georgia, aimed at providing instructional support services for the U.S. Army Cyber School. This contract, designated as W9124926RA003, seeks Women-Owned Small Businesses (WOSB) to deliver Advanced Cyber Operations-Procedures (ACO-P) Labor, with a base period from February 16, 2026, to February 15, 2027, and two additional one-year option periods. The services are critical for enhancing the training capabilities of 17-series personnel in the cyber career field, ensuring they are equipped to address evolving cyber threats. Interested parties must submit their proposals to Mr. Joseph Guss by email by the closing date specified on SF 1449, with all proposals remaining valid for 180 days. For further inquiries, contact Mr. Guss at joseph.e.guss2.civ@army.mil or Ms. Tia Harris at tia.j.harris.civ@army.mil.
    Fulton County Schools JCLC Warrior STEM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Fulton County Schools JCLC Warrior STEM program, aimed at enhancing educational opportunities in science, technology, engineering, and mathematics. This initiative is part of a broader effort to support social and recreational development within the community, emphasizing the importance of STEM education in fostering future leaders. The place of performance for this contract will be in Atlanta, Georgia, with Brittney Morrison serving as the primary contact for inquiries at brittney.d.morrison.civ@army.mil. Further details regarding funding amounts and deadlines are not specified in the provided information.
    88th RD CUSTODIAL - KS100 NEW CENTURY, KS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a non-personal services contract to provide janitorial and custodial services at the Army Reserve facility KS100 located in New Century, Kansas. The contract will cover a base period of performance from February 1, 2026, to January 31, 2027, with the potential for four additional one-year option periods and a six-month option to extend services. These custodial services are crucial for maintaining the cleanliness and operational readiness of military facilities. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should reach out to Jeremy Berlin at jeremy.l.berlin.civ@army.mil for further details regarding the procurement process.
    Office of Military Commissions (OMC) Case Analysis and Investigative Support
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services, is seeking to procure case analysis and investigative support services for the Office of Military Commissions (OMC). The contractor will be responsible for providing all necessary personnel, equipment, and materials to support courtroom and case preparation, ensuring compliance with the standards outlined in the Performance Work Statement (PWS). This procurement is critical for ongoing military commission cases, including high-profile matters such as the 9/11 case and the USS COLE bombing, where the expertise and security clearances of the personnel are essential to avoid delays in national security litigation. The contract, valued at approximately $3.9 million, is a sole-source bridge extension to General Dynamics Information Technology, Inc. (GDIT), with the current contract set to expire on May 10, 2023, and a long-term solution anticipated by November 2023. Interested parties may contact Shacasia King at shacasia.t.king.civ@mail.mil or 571-574-0406 for further information.
    Master Breacher Range Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Master Breacher Range Support contract at Fort Benning, Georgia. This procurement aims to provide materials and labor for the Regimental Master Breacher Course (RMBC), which includes responsibilities such as constructing and cleaning targets, procuring materials, and ensuring compliance with safety and environmental regulations. The contract is significant for enhancing demolition training for the 75th Ranger Regiment and is set aside for small businesses, with a total award amount of $45 million. Proposals are due by December 18, 2025, at 10:00 AM EST, and interested parties should direct inquiries to SSG Dwayne Phelps or Rafael Alamedapabon via the provided email addresses.
    Roads & Grounds Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide Roads & Grounds Services at Fort McCoy, Wisconsin. The contractor will be responsible for delivering all necessary labor, transportation, equipment, materials, supervision, and other services as outlined in the Performance Work Statement and the terms of the solicitation. This contract is crucial for maintaining the operational readiness and aesthetic upkeep of the military installation, with a total estimated performance period that includes a 1-month phase-in, one base year of 11 months, four 12-month option years, and a 6-month option to extend. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, focusing on technical capabilities, past performance, and price, with the solicitation expected to be released on December 18, 2025. Interested parties can contact Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or 520-706-0736 for further information.