INSCOM Engineering and Technical Assistance (ETA)
ID: W50NH925R0006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK INSCOM BELVOIRFORT BELVOIR, VA, 22060-5246, USA

NAICS

Other Management Consulting Services (541618)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

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

    The Department of Defense, through the U.S. Army Intelligence and Security Command (INSCOM), is soliciting proposals for Engineering Technical Assistance (ETA) services under a total small business set-aside contract. The procurement aims to secure qualified contractors to provide personnel and supervision for ETA, focusing on operational support, capabilities planning, and future integration efforts within INSCOM, with no direct government supervision involved. This contract is critical for enhancing operational readiness and adapting to evolving challenges, with a duration of one base year and four option years, requiring contractors to have a Top Secret Facility Level Clearance upon proposal submission. Interested parties must submit their proposals by March 3, 2025, and direct any inquiries to Jeremy D. McVicar at jeremy.d.mcvicar.civ@army.mil or Miles Beaudoin at miles.a.beaudoin.civ@army.mil.

    Point(s) of Contact
    Jeremy D. McVicar, Sr. Contract Specialist
    jeremy.d.mcvicar.civ@army.mil
    Files
    Title
    Posted
    The government file outlines instructions for offerors submitting proposals using the Government Format Pricing Model (GFPM) within federal Requests for Proposals (RFPs). It emphasizes that all offerors must complete cells highlighted in yellow, particularly for inputting Fully Burdened Labor Rates (FBLRs) for all option years. The document specifies required information on various tabs, such as Labor, Other Direct Costs (ODC), and Contract Rates, with automated calculations for extended and subtotal values. For evaluation, the actual labor requirements will be determined during contract execution, while provided hours and FTE data serve solely for proposal assessment. Offerors are advised to include their proposed burden rates for ODCs, affecting the maximum billing rate for travel and other direct expenses. The proposal specifies firm-fixed-price arrangements, evaluating costs across five periods, including the base year and four option years. Overall, the instructions provide a detailed framework for proposal submission, ensuring compliance with government specifications and accurate financial representation for contract opportunities.
    The document outlines a Past Performance Questionnaire related to the G-7 Engineering Technical Assistance (ETA) Support Services contract, referenced as Solicitation W50NH9-25-R-0006. It seeks to assess the past performance of contractors interested in submitting proposals for ETA support services, essential for evaluating their qualifications. Offerors must distribute the questionnaire to relevant contract points of contact, ensuring comprehensive and factual feedback to avoid follow-up queries from evaluators. The assessment focuses on various performance dimensions, including quality of work, management and business relations, adherence to schedules, and regulatory compliance, with responses rated on a predefined scale. Respondents must provide detailed insights and relevant commentary, encouraging candid assessments. The final questionnaire responses are to be submitted electronically by a specified deadline for evaluation purposes. This effort underscores the government's emphasis on experience and performance reliability in awarding contracts.
    The document primarily serves as a Past Performance Matrix for contractors submitting proposals in response to federal Requests for Proposals (RFPs). It provides structured guidelines for offerors to present their prior contract experience, emphasizing the importance of adhering to specific submission requirements. Key details include the necessity for submissions to reflect contracts where the offeror acted as the prime contractor and that these contracts must have been completed within a defined recent timeframe. The matrix requests essential information such as contractor name, address, contract type, performance period, and contact details for contract administration. It includes instructions on how to fill out the form and reiterates that contracts executed under broader instruments typically do not meet defined performance requirements. Overall, the document seeks to ensure that offerors present relevant and verifiable past performance to assist in their evaluation for government contracts.
    The document outlines a government Request for Proposal (RFP) for Engineering Technical Assistance (ETA) support services, specifically for the U.S. Army Intelligence and Security Command (INSCOM). It details a non-personal services contract intended for providing technical assistance across various operational areas, including program management, testing, data analysis, and more. The scope includes both primary and optional task areas reflecting the needs for multi-domain operations and innovations in intelligence. The proposal specifies the contractor's responsibilities, including maintaining quality control, compliance with Army regulations, and providing necessary personnel and resources. The contract is structured for one initial year with four optional years, highlighting the necessity for the contractor to adapt to changing mission requirements and maintain continuity of workforce. Additionally, the RFP sets forth stringent security requirements, emphasizing that all personnel must possess appropriate security clearances, undergo specific training, and conform to strict oversight procedures. The objective is to ensure that the contractors can effectively support INSCOM's operations while safeguarding sensitive information. Overall, the document not only establishes the expectations and deliverables for potential contractors but also emphasizes the importance of security and adaptability in fulfilling military operational needs.
    This document outlines a Request for Proposal (RFP) for Engineering Technical Assistance (ETA) support services for the U.S. Army Intelligence and Security Command (INSCOM). The contract involves providing personnel and supervision for ETA, emphasizing that no direct government supervision will occur, as the contractor is accountable solely to the contractor office. The RFP specifies a performance work statement (PWS) highlighting service requirements, including operational support, capabilities planning, and future integration efforts within INSCOM. It details expected tasks, such as program management and technical advisement, along with essential qualifications for personnel, including security clearances. The contract duration is one base year with four additional option years, and service is to be delivered globally at designated government sites. Mandatory components include quality control plans, security requirements, and compliance with military regulations and training mandates. The proposal also outlines procedures for contractor travel, the handling of other direct costs (ODCs), and provisions for surge support in response to increased mission demands. This RFP reflects the government’s ongoing commitment to enhancing operational readiness and adapting to evolving challenges within the multi-domain operations framework.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Request for Proposals (RFP) for TRADOC Deputy Chief of Staff for Intelligence (G-2) Operational Environment (OE) and Core Functions
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command at Fort Eustis, Virginia, is soliciting proposals for operational environment and core functions support services for the U.S. Army Training and Doctrine Command (TRADOC) Deputy Chief for Intelligence (G-2). The procurement aims to enhance intelligence operations by providing non-personal service support, including a 30-day phase-in period, base year services, and optional extensions through four additional years. This initiative is critical for understanding and analyzing operational variables impacting military engagements, ensuring the contractor adheres to stringent federal contracting standards. Interested small businesses must submit their proposals by the specified deadline, and inquiries can be directed to Mackensy Beckwith or Curtis M. Arthur via their provided email addresses.
    Engineering and Development for the Enterprise (ED-E)
    Dept Of Defense
    The Defense Information Systems Agency (DISA) is seeking small businesses capable of providing engineering and development support for its Command, Control, Communications, and Computers (C4) Enterprise Directorate (J6 C4). The procurement aims to deliver a comprehensive range of IT solutions, including operations, maintenance, engineering design, and system maintenance for military applications, with a focus on ensuring high-quality systems and seamless transitions to operations. This effort is critical for enhancing military communications and operational efficiency, with the anticipated contract starting in November 2025 for a one-year base period, followed by four optional one-year extensions. Interested contractors must demonstrate relevant past performance and submit their responses by February 7, 2025, to Jacob Prange at jacob.m.prange2.civ@mail.mil or Mallory A. Moss at mallory.a.moss.civ@mail.mil.
    Trouble Shoot Support Kit; NSN: 4910-01-563-8241
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal, is soliciting proposals for a Trouble Shoot Support Kit under solicitation number W912CH-24-R-0048. This procurement is a total small business set-aside, requiring compliance with military specifications for preservation and packaging, as well as adherence to export control regulations for the associated technical data package. The estimated quantity for this contract is 206 units, with a firm fixed price and a one-year buying option, emphasizing the importance of these kits for the maintenance of military equipment, particularly the M1 Abrams tank family. Interested parties must submit their signed proposals by February 10, 2025, to Contract Specialist Kerri Ginter at kerri.e.ginter.civ@army.mil, and ensure they have the necessary Joint Certification Program (JCP) certification to access the export-controlled technical data.
    2025 CMMI V3.0 EVALUATION AND BENCHMARK APPRAISAL SUPPORT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the "2025 CMMI V3.0 Evaluation and Benchmark Appraisal Support" contract. This procurement aims to provide administrative management and general management consulting services, focusing on evaluating and benchmarking processes in accordance with CMMI V3.0 standards. The services are critical for enhancing operational efficiency and regulatory compliance within the Army's management practices. Interested small businesses must submit their proposals via the provided PIEE link, as submissions through other means will not be considered. For further inquiries, contact Stevenson Vilus at stevenson.j.vilus.civ@army.mil.
    Garrison Intrusion Detection System (IDS) Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Garrison at Rock Island Arsenal (RIA), is seeking proposals for Garrison Intrusion Detection System (IDS) Services under solicitation number W519TC-25-R-AT00. The procurement is a small business set-aside competition aimed at providing both preventative and corrective maintenance for the Integrated Commercial Intrusion Detection System (ICIDS) V and Uninterrupted Power Supply (UPS) System, ensuring the ongoing functionality and compliance of security systems critical to military operations. Interested vendors must possess the necessary certifications and submit their proposals by February 6, 2025, with the contract period spanning from March 1, 2025, to April 30, 2028. For further inquiries, interested parties can contact Angel J. Traman at angel.j.traman.civ@army.mil or by phone at 520-693-0515.
    ERDC Communications Infrastructure Contract
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors for the ERDC Communications Infrastructure Contract, which involves the procurement of voice, video, and data communications networks across multiple locations, including Vicksburg, MS, and other sites. The contract will be awarded as an Indefinite Delivery Indefinite Quantity (IDIQ) with a five-year ordering period, requiring contractors to provide labor, materials, and equipment for the installation and maintenance of communication infrastructure, adhering to stringent industry standards and security protocols. This initiative is crucial for ensuring effective communication capabilities within the Army Corps of Engineers, reflecting the government's commitment to maintaining robust infrastructure. Interested parties should submit proposals by February 21, 2025, and direct inquiries to TriNeciya Martin or Christy Love via the provided contact information.
    Targeted Requirement EXecution (TREX) Multiple Award Contract(s) (MAC) 3 Follow-On Draft RFP
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is preparing to release a Draft Request for Proposal (RFP) for the Targeted Requirement Execution (TREX) Multiple Award Contract(s) (MAC) 3 Follow-On, aimed at soliciting qualified contractors for specialized equipment and services. This procurement will involve multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts, with a minimum of three and a maximum of six awards, including a reserved spot for a small business, emphasizing the importance of small business participation. The final RFP is projected for release around March 18, 2025, and interested vendors must adhere to strict security protocols, including obtaining Restricted Access for sensitive materials, with deadlines for submitting questions and comments set for January 31 and February 10, 2025, respectively. For further inquiries, potential bidders can contact Eric N. Carlin at eric.carlin@socom.mil.
    Live Training, Ranges, and Combat Training Centers (LTRaC) Multiple Award Contract (MAC) 1
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking proposals for the Live Training Ranges and Combat Training Centers Multiple Award Contract 1 (LTRaC MAC 1), which is a Total Small Business Set-Aside initiative. This contract aims to procure target lifters, initial targets, and ancillary range control computers to enhance military training capabilities at various installations. The estimated funding for this contract is approximately $45 million annually, with a total ceiling of around $359.83 million over an eight-year period, structured as an Indefinite Delivery Indefinite Quantity (IDIQ) contract. Proposals are due by 4:00 PM EST on February 12, 2025, and industry questions must be submitted by January 27, 2025. Interested parties can contact Helen G. Simpson at helen.g.simpson2.civ@army.mil or Amanda J. Harris at amanda.j.harris42.civ@army.mil for further information.
    Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
    Dept Of Defense
    The Department of Defense is seeking innovative approaches for its Bridge to Evolution STE TESS (BEST) Multi-Award Contract (MAC). The objective is to enhance and extend the functionality of the Army's tactical engagement simulation systems (TESS), aligning them with evolving training requirements. This procurement is divided into two lots. Lot 1 involves modifying existing TESS equipment to meet updated Army specifications, focusing on adaptability and future expansion. Lot 2 centers on developing and producing new TESS solutions, including dismounted, vehicle-mounted, and shoulder-launched munition systems. The government seeks to integrate emerging STE LTS TESS technology with the existing MILES TESS ecosystem, encouraging vendors to propose adaptable procedures and processes. The scope of work encompasses software and hardware modifications, production and delivery of TESS kits, and integration with the STE LTS TESS platform. The government aims to foster competition by avoiding solution-specific proposals and encouraging creativity in meeting the outlined objectives. Potential offerors are invited to provide feedback on the Draft Request for Proposal (DRFP), which outlines the requirements, Statement of Work (SOW), and evaluation criteria. The government seeks to revise and finalize the RFP based on industry responses, emphasizing efficiency and the removal of unnecessary requirements. Offerors should possess the capabilities and expertise to modify and produce TESS solutions, with a focus on past performance and technical merit. The contract is anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ) vehicle, attracting multiple awardees. The primary contact for this opportunity is Gloria Susie Hoybach, with additional inquiries directed to Roberto J. Gotay and Rafael A. Manzano. The deadline for feedback submission is 12:00 PM EST on 3rd June 2024, with the government aiming to release the final RFP shortly afterward. For this BEST MAC initiative, the Army seeks adaptable and cost-effective TESS solutions, leveraging industry feedback to shape the acquisition process.
    AE SBSA MATOC General Design Architect Engineering Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W074 Endist Savannah office, is seeking qualified small business firms to provide General Design Architect Engineering Services under the AE SBSA MATOC contract. The objective of this procurement is to secure professional engineering services that will support various projects, ensuring compliance with architectural and engineering standards. These services are crucial for the effective planning and execution of military construction projects, contributing to the overall mission readiness of the armed forces. Interested firms must submit their proposals by the extended deadline of February 13, 2025, and can direct inquiries to Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil or Patrick Dennis at Patrick.J.Dennis@usace.army.mil for further information.