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, specifically the U.S. Army Intelligence and Security Command (INSCOM), is soliciting proposals for Engineering and Technical Assistance (ETA) support services under a Total Small Business Set-Aside. The procurement aims to provide non-personal ETA support, focusing on program management, technical advisement, and modernization activities to enhance intelligence operations. This contract is critical for ensuring compliance with federal security regulations and managing personnel effectively, with a strong emphasis on quality control and flexibility to adapt to mission requirements. Proposals are due by March 3, 2025, and interested parties should direct 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 the Government Format Pricing Model (GFPM) instructions for offerors participating in a federal Request for Proposal (RFP). It specifies that offerors must complete all highlighted yellow cells with proposed prices, including Fully Burdened Labor Rates (FBLRs) for all option years, and input their name in a designated cell. The GFPM contains various tabs for labor, other direct costs (ODCs), and summary totals, with many cells locked to prevent alterations, ensuring values auto-populate as required. The proposal consists of a Firm Fixed Price Level of Effort (FFP-LOE) with cost-reimbursable CLINS for ODCs. The document lists several labor categories with locations and outlines the total hours and pricing for both the base year and option years. ODCs are provided for evaluation during the proposal process, ensuring clarity in cost distribution. Overall, the document serves as a guide for offerors to ensure compliance with the pricing model, indicating the necessity of accurate submissions to avoid proposal rejection. This process emphasizes the federal government's structured approach to budgeting for services in accordance with RFP requirements.
    The document outlines the Past Performance Questionnaire associated with Solicitation W50NH9-25-R-0006 for the G-7 Engineering Technical Assistance (ETA) Support Services contract. The objective is to collect evaluations of offerors' past performance from relevant contacts on recent contracts. The questionnaire seeks insights on various performance aspects including quality of engineering analysis, personnel qualifications, management relations, compliance with contract terms, and ability to address shifting priorities. Respondents are instructed to complete and return the questionnaire electronically to a specified Army email address by a designated deadline. It emphasizes the importance of accurate and comprehensive responses to ensure an effective assessment for potential contract awarding. This procedure is a crucial component of the government's vetting process within the RFP context, allowing evaluators to make informed decisions based on past contractor performance.
    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.
    The document details an amendment to solicitation W50NH925R0006 regarding a contract for Engineering Technical Assistance (ETA) Support Services for the US Army Intelligence and Security Command (INSCOM). It outlines modifications to key aspects of the contract including updates to various sections and attachments, as well as changes to submission guidelines for past performance. The primary service involved is non-personal ETA support, emphasizing that the contractor is responsible solely to the government. The performance work statement details the objectives and requirements for support in intelligence operations, with a focus on program management, technical advisement, and modernization activities. The amendment specifies the responsibilities related to quality control, security clearances, personnel management, and travel regulations for contractor employees, mandating that they receive various required training. Furthermore, surge support provisions are included to address potential increases in mission requirements, emphasizing the need for flexibility within the contract to adapt to operational needs. The contractor must ensure compliance with numerous federal security regulations and manage personnel accordingly throughout the contract duration, including proper identification and training protocols.
    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.
    The document serves as a clarifying response to inquiries regarding a Request for Proposals (RFP) for Engineering and Technical Assistance, specifically for contracts with the US Government. It outlines critical submission requirements, including that proposals are due by March 3, 2025, and specifies the necessity for a price narrative despite initial indications of "N/A". The contractor’s past performance should reflect only practices as a prime contractor, and submissions are limited to three relevant examples. It clarifies that support from subcontractors cannot be included. Important contract elements such as security clearances, personnel requirements, and compliance with specific regulations like the Cybersecurity Maturity Model Certification (CMMC) are detailed, with an emphasis on a Top Secret facility clearance being mandatory. The document also indicates the Government's commitment to maintaining a competitive bidding process, with explicit constraints on page limits for past performance documentation and staffing plans. Overall, the content depicts a structured approach to ensuring proposals meet governmental standards while allowing for specific clarifications and adjustments based on industry concerns and legal constraints. This responsiveness exemplifies the agency's intent to promote transparency and clarity in the federal contracting process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Strategic Initiatives (SI) DSCA TEAMS
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking sources for the Strategic Initiatives (SI) Defense Security Cooperation Agency (DSCA) Technical Engineering Analytical Management Support (TEAMS) contract. This procurement aims to enhance strategic planning services and support the Defense Security Cooperation Agency's Golden Sentry Inventory Reporting (GSIR) End-Use Monitoring (EUM) Scanner Project, which involves programmatic and IT activities essential for managing defense articles sold internationally. The contractor will be responsible for providing personnel, technology, and support services while ensuring compliance with security protocols, including the requirement for contractor personnel to hold SECRET-level clearances. Interested parties must submit their capacity statements and qualifications by March 19, 2025, and can contact Kim Robinson-Leach at kim.m.robinson-leach.civ@mail.mil or Lamont Joy at darrell.l.joy2.civ@mail.mil for further information.
    Information Technology (IT) support services
    Buyer not available
    The Department of Defense, specifically the Army Command and Control Support Agency (CCSA), is seeking qualified contractors to provide comprehensive Information Technology (IT) support services for the Army Staff and the Deputy Chief of Staff G-3/5/7. The contract will encompass a wide range of services, including network management, end-user support, database maintenance, cybersecurity, and web development, all requiring personnel with Top-Secret clearance and, in some cases, Sensitive Compartmented Information eligibility. This initiative is critical for maintaining robust IT operations that support command and control applications, ensuring seamless support in both classified and unclassified environments for a fluctuating user community of 400 to 750 personnel. Interested parties must submit their capabilities statements by 12 pm EST on March 31, 2025, to the Contract Specialist, Abosede Olasupo, at abosede.o.olasupo.civ@army.mil and Kelsey Thomas at kelsey.l.thomas13.civ@army.mil.
    ERDC Communications Infrastructure Contract
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the ERDC Communications Infrastructure Contract, aimed at providing essential communication infrastructure services at the Engineer Research and Development Center (ERDC) in Vicksburg, Mississippi. The contract encompasses the installation, maintenance, and repair of communication networks, including the establishment of two distinct networks (CorpsNet and RDE) within the newly constructed Building 9000, requiring specialized labor, materials, and adherence to stringent industry standards. This procurement is critical for ensuring efficient telecommunications management and infrastructure support across federal sites, with a contract value ranging from $2,500 to $22.95 million over a five-year period. Interested small businesses must submit their proposals by April 1, 2025, and can direct inquiries to TriNeciya Martin at trineciya.c.martin@usace.army.mil or Christy Love at christy.j.love@usace.army.mil for further information.
    Request for Proposal - Materiel Fielding and Medical Liaison Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Materiel Fielding and Medical Liaison Support Services under solicitation number W911QY-25-R-A001. The procurement aims to enhance the Army's medical readiness by providing essential support services related to the procurement, management, and distribution of medical equipment and kits, which are critical for operational support. This contract will span from July 2025 through July 2030, with a total estimated funding amount of approximately $20 million, and is set aside for small businesses under the SBA guidelines. Interested contractors should direct inquiries to Patrick Wallace at patrick.j.wallace3.civ@army.mil or Trisha Scott at trisha.r.scott.civ@army.mil, and must adhere to the submission deadlines outlined in the solicitation documents.
    Support Services for the Office of the Under Secretary of Defense for Intelligence & Security
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, intends to award short-term sole source extension contracts for support services to the Office of the Under Secretary of Defense for Intelligence and Security (OUSD(I&S)). The contracts will be awarded to incumbent contractors, including Booz Allen Hamilton Inc., Digital Forensics Services, Sancorp Consulting, LLC, and Premier Enterprise Solutions, LLC, to provide essential technical, administrative, and professional support services, with the anticipated performance period from March 28, 2025, to July 27, 2025. This procurement is critical for maintaining continuity of services as the government transitions to a new procurement process for OUSD(I&S) requirements. Interested parties can direct inquiries to Lawan Ferguson at lawan.d.ferguson.civ@mail.mil or Syreeta A. Donald at syreeta.a.donald.civ@mail.mil, but requests for proposals will not be accepted.
    Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
    Buyer not available
    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.
    Draft Solicitation: Next Generation Command and Control (NGC2) - 03 February 2025
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is preparing to solicit proposals for the Next Generation Command and Control (NGC2) initiative, with a presolicitation notice dated February 3, 2025. This procurement aims to award multiple Indefinite Delivery Indefinite Quantity (ID/IQ) contracts focused on enhancing data-centric operations and decision-making capabilities within the Army, emphasizing technical proposals that demonstrate past performance, technical capabilities, and compliance with stringent submission requirements. The NGC2 program is critical for developing a secure technology stack adaptable across various operational environments, and interested offerors must adhere to detailed proposal guidelines, including a Small Business Participation Plan for larger firms. For further inquiries, potential bidders can contact Eric Roberts at Eric.J.Roberts48.civ@army.mil or MAJ Quentin Sica at quentin.sica.mil@army.mil.
    JFHQ-DODIN Capability and Financial Management Requirement
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking small businesses to provide financial and capability management services for the Joint Force Headquarters - Department of Defense Information Network (JFHQ-DODIN). The primary objective of this procurement is to manage resources through the Planning, Programming, Budgeting, and Execution (PPBE) process, ensuring effective financial oversight, budget management, and capability lifecycle management in support of JFHQ-DODIN's mission. This opportunity is critical for maintaining operational standards in cyber defense and requires contractors to possess a Top Secret Facility Clearance due to the sensitive nature of the work. Interested parties must submit their qualifications by March 24, 2025, and can contact Becky Roth at Rebecca.A.Roth5.civ@mail.mil or 667-891-3159 for further information.
    Equipment Related Services for maintenance, repair and overhaul, equipment modification, installation of equipment and technical representative services.
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command Detroit Arsenal (ACC-DTA), is conducting a Market Survey to identify qualified contractors for Equipment Related Services (ERS) under the TACOM Service Solutions (TS3) Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contract. The objective is to assess contractor capabilities for maintenance, repair, overhaul, equipment modification, installation, and technical representation services to ensure the operational readiness of military machinery and vehicles. This initiative is crucial for enhancing the reliability and efficiency of military systems throughout their lifecycle, reflecting the government's commitment to effective defense operations. Interested contractors must submit their qualifications by March 20, 2025, and can direct inquiries to Chad A. Irvine at chad.a.irvine.civ@army.mil.
    Synopsis – Engineering & Technical Support Services
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to contract Science Applications International Corporation (SAIC) for engineering and technical support services related to the Pentagon Force Protection Agency's Counter-small Unmanned Aircraft Systems (C-sUAS) and air security systems. The contract will involve tasks such as procurement, installation, integration, testing, optimization, and ongoing maintenance of these critical systems, as well as managing original equipment manufacturers (OEMs). This sole-source acquisition emphasizes the government's reliance on SAIC as the only provider meeting the necessary requirements to ensure effective protection mechanisms at the Pentagon. Interested parties can direct inquiries to Sara Cooper at sara.j.cooper4.civ@us.navy.mil, with a deadline for inquiries set for March 19, 2025.