This government solicitation, H9821025RE0140001, is a Request for Proposal (RFP) issued by the Defense Human Resources Activity for a Women-Owned Small Business (WOSB) to provide comprehensive services for the Defense Travel Management Office (DTMO) Travel Assistance Center. The scope of work includes services, associated materials, travel, an Automated Call Distribution System, and a Ticket Management System. The contract includes an initial performance period from November 2025 to August 2026, with four one-year option periods extending through August 2030. The solicitation outlines detailed inspection, acceptance, and delivery requirements, specifying the Defense Travel Management Office in Alexandria, VA, as the destination. It incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, emphasizing electronic invoicing via Wide Area WorkFlow (WAWF) and compliance with small business subcontracting plans and cybersecurity regulations.
Amendment 0001 to RFP H9821025RE014 addresses key questions regarding an incumbent contract, small business participation, and Controlled Unclassified Information (CUI) marking requirements. The incumbent contractor is CACI Enterprise Solutions, Inc. The Minimum Quantitative Requirement (MQR) for small business participation (25%-30%) has been removed and replaced with language requiring offerors to consider identified goals, with the Small Business Subcontracting Plan now part of Volume I and the Small Business Participation Plan in Volume IV. The CUI marking requirement applies to information and proposals submitted to the Government, not internal development documents. The "FEDONLY" dissemination control is for Government use post-submission and does not exclude FEDCON contractors from accessing CUI materials during proposal development.
The amendment modifies the solicitation to clarify industry questions and update the Instructions to Offerors, with revisions highlighted for ease of review. Contractors are required to submit proposals in five specified volumes, with details on technical capabilities, past performance, small business participation, and pricing, while adhering to specific formatting and submission guidelines. The solicitation emphasizes the importance of compliance with requests, the significance of small business participation, and the requirement for registration in the System for Award Management (SAM).
This government solicitation, H9821025RE0140002, issued by the Defense Human Resources Activity, outlines requirements for the Defense Travel Management Office (DTMO) Travel Assistance Center. The solicitation covers services, associated materials, travel, and the provision of Automated Call Distribution and Ticket Management Systems. The contract includes an initial performance period from November 2025 to August 2026, with four one-year option periods extending through August 2030. Pricing arrangements are primarily Firm Fixed Price (FFP) for services and systems, with Travel on a Time and Materials (T&M) Not-to-Exceed basis. The document details inspection and acceptance procedures, delivery schedules, and incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, including specific instructions for electronic invoicing via Wide Area WorkFlow (WAWF).
This document, Amendment 0002 - H9821025RE014, provides questions and answers related to a federal government Request for Proposal (RFP). It clarifies various aspects of the RFP, including the definition of an "answered call" as a live agent interaction, the timeline for deliverable submissions after contract award, and corrections to PWS section references. The amendment also addresses proposal submission requirements, such as allowing landscape orientation for certain documents and confirming email size limits (8 MB) and alternative secure submission methods like DoD SAFE for Controlled Unclassified Information (CUI).
This document summarizes Amendment 0002 to solicitation H9821025RE014, which updates industry questions, solicitation instructions, evaluation criteria, and the Performance Work Statement. It specifies that contractors must acknowledge receipt of this amendment and outlines proposal preparation requirements, including page limits for various sections and the importance of detail and clarity in submissions. Additionally, it emphasizes that the proposal evaluation will prioritize Technical Capability and Past Performance over Pricing, with a structured award evaluation process detailed within.
Amendment 0003 to the contract modifies the Performance Work Statement to update Chart C4 - Call Volume by Hour for the Calendar Year 2024. All other terms and conditions of the original contract remain unchanged. The amendment is effective from August 6, 2025, and various attachments have been revised accordingly.
This document serves as an amendment to the solicitation and modification of the contract, primarily addressing updates to the Instructions to Offerors following industry questions. Key details include submission guidelines for proposals, evaluation factors, and specific page limits for various proposal volumes, as well as requirements regarding small business participation and past performance references. It emphasizes the importance of compliance with outlined terms and conditions and the necessity for all proposals to be received electronically by the specified deadline.
The Women-Owned Small Business (WOSB) solicitation document outlines a request for proposal (RFP) for services from the Defense Travel Management Office, specifically focusing on the Travel Assistance Center. The contract, numbered H9821025RE0140001, encompasses various service items with specified periods of performance and pricing arrangements, including a mix of firm fixed price (FFP) and time-and-materials (T&M) contracts. The document delineates the scope of services, such as providing automated call distribution systems and ticket management systems, along with key delivery timelines spread over several years (2026-2030).
Crucially, the RFP ensures compliance with federal procurement regulations, incorporating standard clauses from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS), detailing payment instructions and the contractor's requirements regarding performance and invoicing. Additionally, it emphasizes support for economically disadvantaged women-owned businesses and other small business categories. The solicitation signifies the government's commitment to participation and empowerment of women-owned businesses in federal contracting, facilitating the provision of essential travel management services while adhering to regulatory frameworks.
Amendment 0001 for RFP H9821025RE014 addresses various inquiries regarding the contracting process. The incumbent contractor is CACI Enterprise Solutions, Inc., which held a previous contract number HHSN316201200009W / H9821020F0240. Due to challenges in attracting qualified bidders, there was a request to remove the Minimum Quantitative Requirement (MQR) for small business participation, which is currently set at 25%-30% of the contract value. The government has responded by updating the instructions, replacing the MQR with revised goals for small business inclusion, acknowledging the need for qualified subcontractors while still supporting small businesses through submission requirements. Additionally, it clarified that Controlled Unclassified Information (CUI) marking requirements apply only to final proposal submissions and not internal documents among team members. Moreover, the "FEDONLY" marking, which restricts access to certain materials, is clarified as not affecting federal contractors' involvement during proposal development. This amendment reflects the government's approach to ensure effective contractor engagement while promoting small business participation without imposing unrealistic constraints.
This Performance Work Statement (PWS) outlines the requirements for a contractor to operate a 24/7 Travel Assistance Center (TAC) for the Defense Travel Management Office (DTMO). The TAC will provide support to approximately 2.9 million DoD travelers and 40,000 Defense Travel Administrators (DTAs) worldwide, assisting with the Defense Travel System (DTS), commercial travel programs, and travel policy. Key requirements include operating a global call center with multiple contact methods (phone, chat, email), utilizing a Ticket Management System (TMS) and Automated Call Distribution (ACD) system, providing expert technical knowledge, and supporting travel system changes. The contractor must also implement robust program management, quality control, and reporting procedures, including ISO certifications. A three-month transition period is mandated to ensure uninterrupted service.
The Defense Travel Management Office (DTMO) requires a contractor to operate a 24/7 Travel Assistance Center (TAC) to support approximately 2.9 million DoD travelers and 40,000 Defense Travel Administrators worldwide. This Performance Work Statement (PWS) outlines the requirements for operating the TAC, including customer support via phone, chat, and email, and technical assistance for the Defense Travel System (DTS) and related commercial travel programs. Key aspects include providing expert knowledge of travel regulations and systems, managing a ticket management system and automated call distribution (ACD) system, and adhering to strict service standards for call wait times and customer satisfaction. The contractor must also establish a robust program management team, develop and maintain a training program for personnel, and submit various reports on performance and financial status. A critical element is the three-month transition plan to ensure uninterrupted service from the previous contractor.
The Defense Travel Management Office (DTMO) seeks a contractor to operate a 24/7 Travel Assistance Center (TAC) supporting 2.9 million DoD travelers and 40,000 Defense Travel Administrators worldwide. The TAC will provide comprehensive assistance for the Defense Travel System (DTS), commercial travel programs, and travel policy, accessible via phone, chat, email, and web tools. Key requirements include operating an expert assistance center, providing communications and outreach, supporting travel systems, maintaining service standards, and robust program management. The contractor must utilize a Ticket Management System and an Automated Call Distribution (ACD) system, ensuring seamless operations, data tracking, and adherence to strict performance benchmarks for call and chat wait times, and customer satisfaction. The contract emphasizes a smooth transition of services, detailed reporting, adherence to security protocols, and compliance with records management laws and quality certifications like ISO 9001:2015.
The document, H9821025RE014 Attachment 2 – Section 508 Determination, outlines the accessibility standards for Information and Communication Technology (ICT) procured, developed, maintained, or used by federal agencies, as mandated by Section 508 of the Rehabilitation Act of 1973 and 36 CFR 1194.1. It defines ICT, electronic content, hardware, and software, emphasizing that all functionality must be accessible to individuals with disabilities, ensuring comparable access for both federal employees and the public. The document details various exceptions and exemptions to these standards, including those for legacy ICT, national security systems, incidental contract items, and ICT functions in maintenance spaces. It also outlines conditions for "undue burden" or "fundamental alteration," requiring agencies to document such determinations and provide alternative means of access. Furthermore, it addresses situations where fully conforming commercial ICT is unavailable, mandating the procurement of the best available option and documentation of market research. The document specifically covers accessibility requirements for electronic content, hardware, and software, often referencing WCAG 2.0 Level A and AA Success Criteria, with specific adaptations for non-web documents and software. It also highlights the importance of accessible support documentation and services.
The document is Attachment 3 – Past Performance Questionnaire for Solicitation H9821025RE014, issued by the federal government for proposals to provide Defense Travel Management Office (DTMO) Travel Assistance Center (TAC) support. This questionnaire is designed to gather information on a contractor's past performance for evaluation, covering topics aligned with the Contractor Performance Assessment Reporting System (CPARS). The TAC provides 24/7 travel assistance worldwide to approximately 2.9 million DoD travelers and 40,000 Defense Travel Administrators (DTAs) across various travel programs and policies, including support for the Recruit Assistance Program. The questionnaire requires the rater/evaluator to provide general contract information and assess performance in areas such as quality, timeliness, cost control, business relations, management of key personnel, and regulatory compliance, using a five-tier rating scale (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory) with detailed definitions for each. Completed questionnaires must be submitted via email to specified government contacts by the proposal due date.
Solicitation H9821025RE014, Attachment 4 – Pricing Table, details the cost structure for DTMO Travel Assistance Center Services and associated materials. The solicitation includes a base period and four option periods, each outlining specific Contract Line Item Numbers (CLINs) for various services and systems. Key CLINs cover DTMO Travel Assistance Center Services (Firm-Fixed-Price), Travel (Time and Materials, Not-to-Exceed $25,000.00 per period), Automated Call Distribution System (Firm-Fixed-Price), and Ticket Management System (Firm-Fixed-Price). An additional CLIN 0005 covers transition services for the base period. The document specifies that the Automated Call Distribution System and Ticket Management System costs are separate from the main labor and materials CLINs. The pricing table extends from November 2025 through August 2030, with a potential 6-month optional extension, which is not priced. This document serves as a comprehensive guide for potential bidders to structure their pricing for the requested services and systems.
The Performance Work Statement (PWS) outlines the requirements for the Defense Travel Management Office (DTMO) to establish a Travel Assistance Center (TAC) that will provide 24/7 support to approximately 2.9 million Department of Defense (DoD) travelers and 40,000 Defense Travel Administrators (DTAs). The TAC's responsibilities include handling queries related to the Defense Travel System (DTS), managing communications, providing technical support, ensuring a high standard of customer service, and maintaining various travel systems.
Key deliverables include the establishment of an operational framework, effective ticket management, and ongoing training for TAC personnel. The contractor is tasked with ensuring smooth transitions from previous contracts and participating in periodic reviews and reports, including operational metrics and customer feedback. Compliance with quality standards, cybersecurity protocols, and proper records management is emphasized throughout the document.
This PWS serves a vital role in organizing travel assistance within the DoD, ensuring efficient and compliant travel support operations while adapting to evolving travel policies and regulations. Overall, it reflects the government's commitment to enhancing the travel experience for military personnel and administrators through structured support services.
The document details the Section 508 Determination concerning Information and Communication Technology (ICT) compliance as mandated by the Rehabilitation Act of 1973. It outlines the scope and definitions relevant to ICT components, including hardware, software, and electronic documents, while emphasizing the need for agencies to ensure accessibility for individuals with disabilities. Key provisions include compliance with Revised 508 Standards for newly procured or developed ICT, exceptions for legacy systems, national security, and undue burden requirements. Agencies are obligated to document any claims of undue burden and to provide accessible alternatives when needed. The document underscores that all ICT functionality should be accessible to employees and the public, with effective measures taken to adhere to Web Content Accessibility Guidelines (WCAG) 2.0. Consequently, the framework ensures federal compliance in procuring and utilizing ICT, reinforcing the commitment to inclusivity within governmental operations and services.
The document outlines Solicitation H9821025RE014, which aims to award a contract for the Defense Travel Management Office (DTMO) Travel Assistance Center (TAC) support. The TAC is crucial for aiding approximately 2.9 million Department of Defense (DoD) travelers and 40,000 Defense Travel Administrators worldwide, providing 24/7 assistance via various communication methods. This includes support for travel disruptions faced by military recruits. A questionnaire is included for companies interested in proposing to the solicitation, assessing previous contractor performance through specified criteria such as quality of service, timeliness, cost control, and business relations. Evaluators are required to rate the contractor's performance using predefined categories ranging from Exceptional to Unsatisfactory. The evaluation seeks structured feedback aligning with the Contractor Performance Assessment Reporting System (CPARS) to ensure transparency and effectiveness in selecting a contractor that meets the DTMO's requirements. The document emphasizes compliance with federal regulations and the critical nature of the services provided, ensuring both travel efficiency and adherence to guidelines.
The document outlines Solicitation H9821025RE014, detailing a pricing table for various services related to the Defense Travel Management Office (DTMO) Travel Assistance Center. It includes a breakdown of services over multiple periods, such as a Base Period (February 2026 – August 2026) and four subsequent Option Periods extending to August 2030. Key offerings encompass Firm-Fixed-Price contracts for the DTMO Travel Assistance Center Services, Automated Call Distribution System, and Ticket Management System, alongside Time and Materials contracts for travel expenses. Each Contract Line Item Number (CLIN) specifies the nature of services, quantities, and expected performance periods. The pricing table emphasizes the distinct pricing structure for labor, materials, and other costs associated with the performance work statement, noting that certain system costs should not overlap. This solicitation illustrates the government’s approach to acquiring essential travel management services, ensuring clarity in financial expectations and service deliverables, reflecting a commitment to effective travel assistance operations within the stipulated timeline.
This document is a solicitation and contract for commercial products and services, specifically for the Defense Travel Management Office (DTMO) Travel Assistance Center. It outlines requirements for services, associated materials, travel, an Automated Call Distribution System, and a Ticket Management System. The contract includes initial periods of performance and multiple option years extending through August 2030, with both Firm Fixed Price (FFP) and Time and Materials (T&M) pricing arrangements. It details invoicing instructions via Wide Area WorkFlow (WAWF), inspection and acceptance procedures at destination, and specifies relevant FAR and DFARS clauses, including those for small business subcontracting and cybersecurity.
The document outlines the solicitation for a contract aimed at providing support services through the Defense Travel Management Office (DTMO) Travel Assistance Center, with a focus on women-owned small businesses (WOSB). It includes requisition details, contact information, and the solicitation timeline, indicating that proposals are due by August 26, 2025. The contract encompasses various services related to travel assistance, including automated call distribution systems, ticket management systems, and travel activities, structured in firm-fixed-price and time-and-material pricing arrangements.
The performance period spans from November 27, 2025, to August 31, 2026, with options for extensions until 2030. The document emphasizes adherence to federal acquisition regulations and includes specific clauses related to payment processing and requirements for small business subcontracting plans. By focusing on supporting WOSBs for government contracts, the initiative aligns with federal objectives to promote economic growth and diverse participation in public procurement processes, highlighting a commitment to inclusivity in defense contracting.