Program And Staff Support (PASS)
ID: W911SR25RA002Type: Solicitation
AwardedNov 24, 2025
Award #:TBD
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APGABERDEEN PROVING GROU, MD, 21010-5424, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command Chemical Biological Center (DEVCOM CBC), is soliciting proposals for the Program And Staff Support (PASS) contract, which is an Indefinite Delivery/Indefinite Quantity (ID/IQ) requirement. This contract aims to provide a range of services including human capital management, strategic planning, project management, financial management, and risk management, all supporting critical mission areas related to chemical and biological defense operations. The selected contractor will play a vital role in enhancing the Army's capabilities in areas such as chemical detection, information systems technology, and safety protocols. Interested parties must submit their proposals by July 30, 2025, and can direct inquiries to Nicholas Granata Jr. at nicholas.granata.civ@army.mil or Sammy B. Solo at sammy.b.solo.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Contract Data Requirements List (CDRL) for a federal contract involving Program and Staff Services (PASS) and specific data item submissions required by the Department of Defense (DoD). It consists of multiple data items, including an OPSEC Plan/SOP, a Contractor’s Progress and Status Report on OPSEC Training, a Property Management Plan, and a Government Property Inventory Report. Each data item details the title, submission frequency, and required formats for documentation. The submissions ensure compliance with various protocols, including operational security training and management of government property. First submissions are mandated within specified time frames, and all reports must be submitted electronically to designated personnel. The overarching purpose is to establish a comprehensive framework for tracking progress, compliance, and property management in line with federal regulations, which is essential for accountability and optimization of government services. This document reflects the procedural requirements tied to government RFPs, ensuring operational integrity and adherence to legal mandates.
    The Performance Work Statement (PWS) outlines the requirements for an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with the U.S. Army Combat Capabilities Development Command Chemical Biological Center (DEVCOM CBC). The primary purpose is to provide comprehensive program and staff services, including human capital, security documentation, strategic planning, project management, and financial management, all aimed at supporting chemical, biological, radiological, and nuclear defense operations. The contract spans five years and mandates strict adherence to quality control, safety protocols, and proper identification of contractor personnel. It also addresses organizational conflicts of interest, non-disclosure agreements, and compliance with various regulatory frameworks. The contract emphasizes continuous workforce capability analyses and the implementation of effective performance management systems, alongside the provision of training and support to maximize efficiency in operations. Specific tasks include conducting strategic planning and business development services, managing finances, and ensuring compliance with safety and environmental regulations. Overall, the document serves as a guideline for contractor responsibilities and government oversight, focused on enhancing the Center's operational capabilities and ensuring compliance with federal standards and policies.
    This document outlines various labor categories and their corresponding job descriptions, required qualifications, and contract rates for a government contracting RFP. It includes positions such as Contract Program Manager, Acquisition Specialists, Financial Analysts, and Emergency Management Directors. Each position specifies minimum education and experience levels, highlighting the necessity for organizational, administrative, and safety management expertise. The document also details estimated costs and proposed rates for labor categories over a five-year period, including fixed fees and multipliers for materials and costs. The overarching purpose is to facilitate the procurement process for federal and state contracts by clearly defining roles, responsibilities, qualifications, and financial expectations. This structured approach ensures potential contractors can effectively respond to requests for proposals while adhering to regulatory and budgetary constraints.
    The document outlines various labor categories and corresponding roles required for federal and state/local Request for Proposals (RFPs) and grants. Key positions include Contract Program Managers, Administrative Specialists, Financial Analysts, and Emergency Coordinators, each with specified educational and experience prerequisites. The document details job descriptions, including responsibilities related to administrative services, public relations, and risk management. A tiered structure reflects varying levels of expertise, including junior, midlevel, and senior classifications across roles. In context, this labor categorization is crucial for agencies seeking contractors capable of delivering essential services that meet governmental standards. The inclusion of detailed experience and education requirements ensures that only qualified individuals are considered, aligning with the objectives of ensuring effective program management and operational efficiency. The overarching purpose is to facilitate the solicitation process for government contracts by clearly defining the human resources needed to accomplish mission-related tasks successfully, enabling potential bidders to prepare sound proposals tailored to the specified needs.
    The document is attempting to present important information regarding federal and state-level Requests for Proposals (RFPs) and grants, although it fails to provide specific content due to a loading error. Typically, such documents outline the eligibility criteria, application processes, funding details, and the objectives of the grant programs, guiding potential applicants in seeking governmental financial support for various projects. They may include deadlines, contact information, and compliance standards essential for submitting proposals. The context is vital for entities seeking to align their projects with government priorities, ensuring that proposals meet specified requirements for funding approval. In the absence of concrete data from this document, the general expectations and frameworks of RFPs and grants are critical for understanding how to effectively engage with government funding opportunities.
    The draft solicitation W911SR-24-R-0001 outlines the requirements for a federal contracting opportunity focused on providing Program and Staff Services at a minimum of 25 Full-Time Equivalent (FTE) employees over a three-year period. The document includes important criteria such as corporate experience, past performance documentation, and personnel qualifications. Key clarifications indicate that Offerors must submit up to 20 pages for past performance, with the option for subcontractors to add 5 pages each. The document emphasizes the importance of relevant experience, particularly for tasks outlined in Performance Work Statement (PWS) sections 3.7 to 3.18, while allowing for slight flexibility in mitigating strict corporate experience requirements. Offerors are encouraged to present innovative solutions for quality control, and telecommuting arrangements will be contractor-managed with no defined limits on remote work. Security clearance requirements stipulate that all contractor personnel must hold a SECRET-level clearance. Additionally, responses to Offeror inquiries highlight the government's intent to promote small business participation and the necessity for clarity on various evaluation factors and submission procedures. Overall, this solicitation reflects the government's aim to ensure competitive procurement while addressing industry concerns regarding experience and evaluation criteria.
    The document presents a comprehensive Contract Data Requirements List (CDRL) for the Program and Staff Services (PASS) Evaluation Task Order. It outlines various data items required for contract compliance, including meeting minutes, risk management reports, progress reports, and technical documentation. Each data item is identified by its unique code and includes purposed titles, submission frequency, and distribution requirements, along with specific data acquisition documents and contractor responsibilities. Key requirements include a one-time submission of meeting minutes, monthly progress reports submitted by the 10th of each month, and quarterly scientific and technical reports detailing technology evaluations and partner lists. Each report must be submitted electronically to designated personnel, ensuring efficient communication and documentation management. Particular emphasis is placed on adherence to regulatory compliance, data security, and protocols for communicating potential conflicts of interest. The structured outline is essential for ensuring accurate tracking and reporting, thereby facilitating effective oversight and management of contracted services. The document thus serves as a crucial tool for ensuring accountability and transparency in government contracting processes.
    The Performance Work Statement (PWS) outlines a Task Order (TO) for the U.S. Army Combat Capabilities Development Command (DEVCOM) Chemical Biological Center (CBC), focusing on technology transfer, financial management, and safety and risk management services. The contract is an Indefinite Delivery/Indefinite Quantity (ID/IQ) agreement, covering a 12-month base period with four optional years. Services will primarily be performed at Aberdeen Proving Ground, MD, with some telecommuting allowed. Key deliverables include quarterly technology evaluation reports, partner lists, agreement documentation, and monthly status reports detailing project milestones and safety issues. The contractor must ensure compliance with financial management services, assist in Earned Value Management, and provide training for GFEBS systems. Safety programs and training, coordination of Standard Operating Procedures, and environmental activities are also essential. The document emphasizes the necessity of safeguarding government property, confidentiality agreements, and maintaining a consistent workforce. Compliance with performance standards is monitored through various metrics, including accuracy in reporting and timely submission of deliverables. The PWS illustrates the Army's commitment to advancing technology capabilities while ensuring compliance, safety, and effective resource management within its operations.
    The Performance Work Statement (PWS) outlines the requirements for a task order under the Program And Staff Services (PASS) contract for the U.S. Army Combat Capabilities Development Command (DEVCOM) Chemical Biological Center (CBC). The contract encompasses technology transfer, financial management, safety, and risk management services, with a performance period of twelve months plus four optional years. Services will primarily occur at Aberdeen Proving Ground, MD, with allowances for telecommuting and temporary duty assignments as needed. Key responsibilities include managing technology evaluations, maintaining financial systems, providing safety training, and developing documentation for various agreements related to technology transfer. Contractors must submit regular status reports, training materials, and manage subcontractor relationships while ensuring compliance with non-disclosure agreements and addressing any organizational conflicts of interest. Specific positions require experienced personnel with appropriate security clearances. The document emphasizes quality assurance, the adherence to regulatory frameworks, and the need for proactive communication and safety protocols. Overall, the PWS reflects the U.S. Army’s commitment to enhancing its capabilities through efficient management and robust partnerships in advanced technologies and safety practices.
    This document outlines the details of a government contract related to the procurement of custodial equipment, specifically laptops and monitors, under a DoD contract managed by Nicholas Granata, Jr. The attachment specifies items procured, including various Dell laptops and Samsung monitors, along with their respective quantities, acquisition costs, and requisitioning details. The document categorizes items into serially and non-serially managed, emphasizing their procurement under the government's guidelines. Key points include the identification of each item with unique part numbers, acquisition costs ranging from $0.01 to over $1300, and a delivery date noted as May 3, 2024. Certain items are characterized as "use as-is," indicating no further modifications are required. The document follows standard government procurement protocols, which include stringent requirements on item management and tracking for effective asset management and compliance with federal regulations, aiding in maintaining transparency and accountability in the acquisition process.
    This document outlines a federal solicitation for bids under the Defense Priorities and Allocations System (DPAS), designated as a rated order. It provides instructions for offerors submitting sealed bids, including requirements for compliance, delivery times, and acknowledgement of any amendments. Key sections include evaluation factors for award, instructions, and contract clauses. Offerors must agree to provide items as specified within a designated timeframe and outline any available discounts for prompt payment. Important contact information for inquiries is included, with a focus on ensuring that all offers adhere to the terms of the solicitation. The document serves as a formal request for proposals (RFP) from contractors, emphasizing the need for compliance with federal regulations and efficient submission of offers for governmental procurement processes.
    This document outlines a federal government solicitation for a contract, categorized as a Rated Order under the Defense Priorities and Allocations System (DPAS). It provides essential details for offerors, including submission guidelines, terms, and requirements. The solicitation specifies that sealed offers must be submitted by a certain deadline and emphasizes that all proposals must adhere to the stated terms and conditions. It includes sections that guide offerors on evaluation criteria, representations, certifications, and acknowledges receipt of amendments. The document requests details such as offeror information, contact information, and discount terms for prompt payment. Furthermore, it highlights the necessity of signing and dating the offer, as well as the awarding process which will be completed by a designated government contracting officer. Portion 12 mentions a standard acceptance timeframe for offers, and the document also outlines who should administer the contract upon acceptance. Overall, the file serves as a formal solicitation for bids on government contracts, detailing the procedural framework and requirements for potential contractors while ensuring compliance with federal regulations and guidelines.
    This document outlines a federal solicitation for supplies or services under the Defense Priorities and Allocations System (DPAS). It specifies the required procedures for submitting sealed offers, including submission deadlines and the significance of compliance with the solicitation's terms and conditions. The Solicitation includes sections dedicated to evaluation factors for award, instructions for offerors, representations, certifications, and contract clauses. Notable details include the requirement for offerors to agree to deliver items within a specified timeframe, as well as the acknowledgment of any amendments to the solicitation. The document also contains information related to discounts for prompt payment, the authority for limited competition under U.S. Code, and the process for invoice submissions. The contracting officer's contact details are provided for inquiries. Overall, this solicitation serves to establish a structured framework for obtaining supplies or services in line with federal regulations, emphasizing timely and compliant procurement practices.
    The government file addresses multiple Requests for Proposals (RFPs) and grant opportunities across federal, state, and local levels, detailing the responsiveness of inquiries from various industries. Each entry identifies a specific question raised by contractors or participants, along with the corresponding governmental response. This systematic approach promotes clarity and transparency in the grant or funding application process, emphasizing the distinct requirements and expectations associated with each RFP. Key points include the necessity for alignment with federal guidelines, adherence to state regulations, and the importance of demonstrating compliance with grant stipulations. Overall, the document serves as a vital resource for stakeholders looking to navigate the complexities of government procurement and funding opportunities, ensuring a structured flow of information between government entities and prospective applicants. By maintaining robust communication throughout the RFP process, the document fosters informed participation, ultimately aiming to enhance effectiveness in securing government grants and contracts.
    The document outlines critical elements of a Request for Proposal (RFP) for a government contract, primarily focused on various technical and management services. Key topics include a proposal submission extension of 10 days, requirements for a Telecommuting Program Plan, and clarifications about Financial Management Services. Offerors must provide these plans, which do not count towards the technical page limit. Questions raised pertain to the need for a Property Management Plan, access to government-furnished property listings, and examples of financial sources. The RFP specifies that contractors are expected to provide budgetary and analytic services, detailing methodologies for decision-making and problem-solving within government systems, without requiring to build new systems. The document also emphasizes the importance of accurately detailing past performance and provides instructions for proposal formatting, content limits, and required deliverables, including specific roles of subcontractors. It clarifies the evaluation process for both past performance and cost submission for task orders. Overall, the RFP serves as a guide for potential contractors, detailing expectations and requirements for compliance while fostering an understanding of necessary responses to enhance the competitiveness of their proposals.
    The document outlines the details of a government solicitation, specifically Solicitation W911SR25RA002, focused on a range of services under various categories, including financial management, property management, and communication strategies. It addresses key topics such as an extension for proposal submission, requirements for a Telecommuting Program Plan, and clarifications about major subcontractors' past performance submissions. The government indicates that significant recent changes from the Draft RFP warrant an increase in the submission time. Specific evaluation criteria are provided for the Technical approach, which should align with both Base and Evaluation Task Order PWS sections. The solicitation emphasizes the importance of complying with procedural requirements and maintaining clear communication, particularly with regards to proposal content limits, staffing levels, and submission formats. Additionally, the document specifies expectations for contractor deliverables, including narrative descriptions, historical staffing assessments, and the need for letters of consent and commitment from major subcontractors, which do not count towards the page limits. Overall, the solicitation underscores the government's approach to securing comprehensive and quality services while adhering to federal requirements in the proposal process.
    The document appears to be a corrupted file related to government contracting documents, potentially involving federal requests for proposals (RFPs), grants, and relevant state and local RFPs. While much of the text is unintelligible due to corruption, it suggests a context involving procedural details for securing government contracts or grants. The topic likely encompasses guidelines, requirements, and issues pertinent to agencies or organizations seeking government funding or contractual agreements. The structure of the document may include sections outlining eligibility criteria, submission guidelines, evaluation metrics, and funding allocations. The fragmented nature of the text hinders the identification of specific key ideas or proposals, but the overarching theme revolves around the procedures necessary for applicants to effectively engage with government contracting processes. Thus, the document serves as a procedural framework for potential applicants in understanding how to navigate the government's funding and contracting landscape.
    The document appears to contain fragmented data and encoding issues, rendering most of its content illegible. However, the fragments suggest a focus on federal and state-level government requests for proposals (RFPs) and grants. It references funding opportunities across various sectors, which are essential for potential applicants seeking federal support. The structure, while unclear due to the encoding problems, seems to include sections that might cover instructions for grant proposals, eligibility criteria, and project descriptions. The document also hints at deadlines and application procedures that are vital for those looking to engage in federally funded projects. The main purpose likely revolves around disseminating valuable information regarding available funding, project requirements, and compliance for federal and local projects. Such RFPs and grants represent critical resources for government agencies and organizations aimed at improving community services, infrastructure, or research initiatives. In conclusion, while the document is not fully readable, it outlines the significance of understanding government funding programs and adhering to outlined requirements to access financial aid for various projects.
    Lifecycle
    Similar Opportunities
    DTRA CWMD Security Cooperation Engagement Program IDIQ
    Dept Of Defense
    The Defense Threat Reduction Agency (DTRA) is seeking contractors for the Countering Weapons of Mass Destruction (CWMD) Security Cooperation Engagement Program (CSCEP) through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This program aims to enhance the capabilities of partner nations in responding to Chemical, Biological, Radiological, and Nuclear (CBRN) incidents, thereby improving global national security. The contractor will be responsible for training, equipping, and supporting partner nations, including logistics management and event planning, with a focus on compliance with U.S. and international regulations. Interested parties should note that the solicitation will be released in the second quarter of fiscal year 2025, and inquiries can be directed to Jocelyn Fritz or Eric M Rode at the provided email address.
    ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES SEPTEMBER 2025
    Dept Of Defense
    The Department of Defense, through the Army's ACC APG Division A, is announcing various upcoming contract opportunities related to research, development, engineering, and technical support within the C5ISR Center, with a focus on enhancing capabilities for networked soldiers. The procurement encompasses a range of initiatives, including Command and Control Software Development, Sensor Enabled Autonomous Navigation, and Cybersecurity solutions, with contract values potentially reaching up to $700 million and award dates extending into fiscal year 2026. These opportunities are critical for addressing the Army's modernization priorities, particularly in areas such as cyber defense, electronic warfare, and infrastructure management. Interested parties can reach out to primary contact Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or secondary contact Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil for further details.
    Broad Agency Announcement DEVCOM C5ISR ESI
    Dept Of Defense
    The U.S. Army's Command, Control, Computers, Communications, Cyber, Intelligence, Surveillance, and Reconnaissance Center (C5ISR) seeks innovative solutions through a Broad Agency Announcement (BAA) to advance technologies in key areas such as systems integration and engineering. Offerors can submit unclassified white papers for scientific research within these domains. The focus is on rapid prototyping and integrating cutting-edge solutions onto various platforms. Selected offerors will be invited to submit full proposals, with evaluations based on technical merit, relevance to the C5ISR mission, and affordability. This procurement follows a two-step process, initially assessing white papers before inviting promising candidates to submit detailed proposals. The Army encourages a diverse range of entities to participate, including industry leaders, academia, and small businesses. White papers should showcase the technical and scientific merits of the proposed research, with potential contributions to the DoD's missions at the forefront. The procurement process values relevance, intellectual property rights, and program management, while cost evaluations will analyze the realism and affordability of the proposed solutions. This approach aims to enhance the DoD's capabilities by acquiring state-of-the-art technologies. Interested parties should email their submissions to the provided mailbox, with critical dates and further instructions outlined in the attached PDFs. The Army has not disclosed the contract value or type. However, it's noted that these contracts may be incrementally funded.
    JPEO-CBRND CWMD BOTAA-24-01
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE ARMY: The Joint Program Executive Office for Chemical, Biological, Radiological, and Nuclear Defense (JPEO-CBRND) is seeking funding through Other Transaction Authority agreements (OTAs) for prototype and follow-on production projects within JPEO-CBRND mission areas of interest. The service being procured is the development of enabling technologies that speed up the advanced development process. This opportunity is open to all eligible sources, including educational institutions, nonprofit organizations, and private industry. Proposals are to be submitted in accordance with the provided guidelines. For more information, please refer to the JPEO-CBRND website.
    BROAD AGENCY ANNOUNCEMENT (BAA) RESEARCH AND DEVELOPMENT IN SUPPORT OF THE JOINT PROGRAM EXECUTIVE OFFICE FOR CHEMICAL, BIOLOGICAL, RADIOLOGICAL AND NUCLEAR DEFENSE (JPEO-CBRND), JPM MEDICAL AND JPL EB
    Dept Of Defense
    Solicitation DEPT OF DEFENSE is seeking research and development services in support of the Joint Program Executive Office for Chemical, Biological, Radiological and Nuclear Defense (JPEO-CBRND), JPM Medical and JPL EB. The service being procured is for the identification of the best available science in the areas of research interest, including novel solutions and improved methods for developing medical countermeasures. The government is specifically interested in enabling technologies, life cycle bioinformatics, and improved logistics tracking. The procurement notice is available on SAM.gov and the JPEO-CBD website. Potential offerors are encouraged to communicate with the JPMO technical contacts for proposal ideas. For any questions or inquiries, contact usarmy.detrick.mcs.mbx.baa@mail.mil.
    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.
    ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES March 2025
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking industry partners for various research and development opportunities under the C5ISR (Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance) initiatives, with a focus on enhancing military capabilities through innovative technologies. The procurement encompasses a range of projects aimed at advancing electronic warfare, cyber capabilities, and systems integration, with contract types primarily being Cost Plus Fixed Fee (CPFF) and estimated values ranging from under $25 million to over $500 million. These contracts are crucial for modernizing the Army's operational effectiveness and addressing evolving defense needs, with ongoing solicitations encouraging participation from both small and large businesses. Interested contractors can reach out to Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil for further details and to stay informed about upcoming opportunities.
    ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES JULY 2025
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Aberdeen Proving Ground (ACC-APG), is announcing upcoming federal contracting opportunities related to Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance (C5ISR) initiatives, with a focus on research and development. The procurement aims to enhance military capabilities through various projects, including software development for command systems, sensor integration for autonomous navigation, and cybersecurity solutions, structured primarily as Cost-Plus-Fixed-Fee (CPFF) contracts. These opportunities are critical for advancing defense technologies and supporting both current military systems and future innovations. Interested parties can reach out to primary contact Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or secondary contact Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil for further details and guidance on proposal submissions.
    DRAFT: OB BP IDIQ
    Dept Of Defense
    The Defense Threat Reduction Agency (DTRA) is seeking qualified contractors for the DRAFT: OB BP IDIQ opportunity, aimed at enhancing the capacity of partner nations to counter weapons of mass destruction (WMD) and chemical, biological, radiological, and nuclear (CBRN) threats. The contract will primarily support DTRA's Countering-WMD Security Cooperation Engagement Program (CSCEP) and the International Counterproliferation Program (ICP), focusing on establishing or enhancing partner nation capabilities to deter, detect, interdict, or respond to WMD proliferation. This initiative is critical for the Department of Defense and U.S. Government in their efforts to deter strategic attacks and prevail against WMD-armed adversaries. Interested parties can reach out to primary contact Jocelyn Fritz at jocelyn.m.fritz.civ@mail.mil or 571-616-5277, or secondary contact Eric Rode at eric.m.rode.civ@mail.mil or 571-616-6145 for further information. The final Request for Proposal (RFP) is expected to be issued before the end of the fiscal year, with updates available on the SAM.gov entry.
    ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES as of September 2024
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - Aberdeen Proving Ground (ACC-APG), is seeking proposals for various research and development opportunities under the C5ISR (Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance) initiatives as of September 2024. The procurement focuses on enhancing capabilities in electronic warfare, cyber operations, and systems integration, with contract values ranging from under $25 million to over $500 million. These efforts are critical for advancing military effectiveness and ensuring optimal readiness in complex operational environments. Interested parties can reach out to Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil for further details and to stay informed about upcoming solicitations.