Military Personnel Office Support
ID: W56ZTN24R0013Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG DIRABERDEEN PROVING GROU, MD, 21005-3013, USA

NAICS

Office Administrative Services (561110)

PSC

SUPPORT- ADMINISTRATIVE: OTHER (R699)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, is seeking proposals for Military Personnel Office Support Services under a competitive 8(a) set-aside contract. The contract, which will be awarded for a duration of five years, aims to provide essential administrative and personnel services to active-duty Soldiers, their families, DoD civilians, and military retirees, ensuring compliance with established guidelines and efficient service delivery. The contractor will be responsible for various tasks, including personnel processing, records management, and soldier readiness, with performance monitored through a Quality Assurance Surveillance Plan to maintain high service standards. Interested small business 8(a) certified companies must submit their proposals and past performance evaluations by 10 AM on January 10, 2025, and can direct inquiries to Nicole Sutton or Amy M. Bowen via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The Quality Assurance Surveillance Plan (QASP) for Military Personnel Services at Aberdeen Proving Ground, MD, establishes a framework for monitoring contractor performance under a specific contract. It details performance standards, responsibilities, and assessment methods, ensuring that services provided are evaluated systematically. The QASP emphasizes that the contractor is responsible for quality management, while the government’s role is to oversee and ensure compliance with specified standards affecting military personnel and their families. Surveillance will include daily to monthly evaluations by the Contracting Officer's Representative (COR), who will review customer feedback, document reviews, and performance against set thresholds for various personnel services. The plan outlines how performance assessments will be documented and communicated, especially in cases of noncompliance, requiring the contractor to address deficiencies promptly. Additionally, the COR prepares quarterly and annual performance assessments, ensuring continuous oversight and improvement. This comprehensive approach is vital in maintaining service quality in military personnel support services, aligning with federal contracting requirements.
    The Department of the Army is transitioning to a new contract writing software known as the Army Contract Writing System (ACWS), designed to replace outdated systems used in Army contracting offices globally. Offerors should be aware that during this transition, varying contract writing systems may be utilized, potentially resulting in different offer submission instructions and document formats. As ACWS is implemented, offers and amendments may exhibit discrepancies in structure, yet no substantive changes to solicitation terms are intended without explicit narratives. Offerors are encouraged to report any discrepancies that could impact award eligibility or contract performance. Furthermore, in case of network or system errors, the Contracting Officer may employ alternative methods for fund obligation, ensuring the integrity of evaluations and awards. Any issues affecting awarded documents post-award will be corrected at no additional cost to the contractor through formal modifications. This document serves as critical guidance for stakeholders engaged in Army contracts, emphasizing vigilance in reviewing documents and communication with contracting officers during the transition.
    The U.S. Army Contracting Command – Aberdeen Proving Ground has issued a Request for Proposal (RFP) No. W56ZTN-24-R-0013, soliciting information on Offeror past performance related to Office Administrative Services (NAICS Code 561110). This assessment aims to inform a competitive source selection. Offerors must provide details regarding their recent performance on similar contracts, including federal, state, or local projects. Key stakeholders have been contacted, and their evaluations will be crucial for determining contractor performance and suitability. A Past Performance Evaluation Questionnaire outlines criteria for assessment, including compliance with specifications, project management effectiveness, timeliness, cost control, and customer satisfaction. Respondent feedback on a contractor’s previous three years of performance is requested, emphasizing the importance of accuracy in the evaluations for federal contract award considerations. Responses should be submitted via email to the designated Contracting Officers within a specified timeframe. The document reflects typical procedures in government contracting, ensuring transparency and accountability in contractor evaluations during the RFP process.
    The Quality Assurance Surveillance Plan (QASP) for Military Personnel Services at Aberdeen Proving Ground, MD, outlines a systematic approach for monitoring contractor performance under the TBD Contract Number. The purpose of the QASP is to evaluate the services provided by the contractor while focusing on the quality of deliverables rather than the methods used to achieve them. The plan designates the Contractor's complete responsibility for management and quality control, while the government ensures quality assurance through thorough evaluation methods and performance standards. Key elements include defined roles for the Contracting Officer Representative (COR) and the Contracting Officer (KO), a detailed surveillance schedule for performance assessments, and standards for acceptable service deviations. Various assessment methods such as customer feedback, document review, and compliance checks with regulatory guidelines are employed. Additionally, the COR will document the contractor’s performance monthly and engage in corrective actions if shortcomings are observed. Quarterly and annual evaluations will help summarize overall contractor performance. This QASP is essential for maintaining high standards of military personnel support services, which significantly impact Soldiers and their Families, ensuring effective and efficient service delivery throughout the contract's duration.
    The Performance Work Statement (PWS) outlines the requirements for the contractor hired to provide human resources services at the U.S. Army's Military Personnel Office and Garrison in Aberdeen Proving Ground, MD. This comprehensive service includes support to over 1,400 active-duty soldiers, their families, and a workforce of approximately 19,000 Department of Defense civilians and contractors. Key responsibilities for the contractor include managing personnel information systems, conducting soldier readiness processing, and administering various personnel actions, such as assignments and casualties. The contractor must adhere to military regulations and maintain a high level of operational readiness. Performance metrics are clearly defined, including processing times, auditing requirements, and the standards of service delivery. The contractor will supply a skilled workforce, undergo regular audits, and participate in emergency response training, all while ensuring compliance with security protocols. The document additionally specifies operational hours, training requirements, and the provision of government-furnished equipment to support the execution of these services. Overall, the PWS illustrates the framework for effective military personnel management at APG, emphasizing timely service and adherence to established protocols.
    The Performance Work Statement (PWS) for Military Personnel Services at Aberdeen Proving Ground, MD, outlines the requirements for providing comprehensive military personnel and administrative support to the United States Army. The contractor will assist the Directorate of Human Resources and the Military Personnel Office in various areas, including personnel information systems management, strength accounting, records processing, and casualty management. Key tasks include in/out processing for soldiers, managing personnel actions like promotions and awards, and supporting readiness assessments. The contract emphasizes adherence to relevant regulations, cross-training of contractor staff, and maintaining personnel databases. Performance indicators are specified for each task, focusing on timely processing of documents and maintaining service quality. The contractor is also responsible for ensuring security compliance, providing staff with necessary training, and developing standard operating procedures. Additionally, the PWS outlines the government’s obligations, such as providing equipment and office supplies. Overall, this document establishes a structured framework for delivering vital military personnel services crucial to the operational readiness of the Army and its personnel.
    The government is set to release a solicitation for the Military Personnel Office (MILPO) opportunity at Aberdeen Proving Ground around November 18, 2024. This procurement will be executed through a five-year firm fixed-price contract, with a possibility for a six-month extension, and is designated as a competitive 8(a) set-aside for small businesses. The current incumbent performing on this work is Muscogee Staffing, and the contract will be awarded to a single vendor, requiring approximately 15 personnel to meet deliverables. Remote work policies are specified in the provided Performance Work Statement section C.5.3.1. All relevant details can be found under the contract number W56ZTN-20-C-0001, accessible via usaspending.gov. This overview indicates a structured approach to government contracting and small business engagement in forthcoming projects.
    The document is a Performance Work Statement (PWS) for contracting military personnel services at Aberdeen Proving Ground, MD. Its main purpose is to outline the requirements for contractors who will support the Directorate of Human Resources, Military Personnel Office (MPO), and Garrison Headquarters in providing administrative and personnel services for active-duty Soldiers, their families, DoD civilians, and military retirees. Key components include personnel processing, information systems management, soldier readiness, and casualty management. The contractor is expected to perform tasks related to soldier in/out processing, strength accounting, records management, reassignments, and personnel action processing, ensuring compliance with specified guidelines and objectives. Specific performance metrics include timely processing of actions and maintaining accurate personnel and automated records. The document emphasizes the necessity of security clearance for contractor personnel, the provision of training, and the development of Standard Operating Procedures (SOPs). Overall, the PWS serves as a comprehensive framework for executing essential military personnel functions and upholding administrative efficiency at the installation, demonstrating the government's commitment to responsive service delivery.
    The document outlines wage determinations under the Service Contract Act, specifying minimum wage rates for covered contracts based on the contract date and applicable executive orders. For contracts post-January 30, 2022, the minimum wage is $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, must pay $12.90 per hour; these rates will be adjusted annually. Additionally, the document details fringe benefits, contractor obligations, including sick leave provisions, and the process for classifying unlisted job classifications for compliance.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Request for Proposal - Materiel Fielding and Medical Liaison Support Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army's ACC-APG Natick Division, is soliciting proposals for Materiel Fielding and Medical Liaison Support Services under Request for Proposal W911QY-25-R-A001. The objective of this procurement is to enhance medical material readiness for the Army through effective logistics support, program management, and medical liaison services, primarily at Fort Detrick and other military locations. This initiative is crucial for maintaining operational readiness and ensuring efficient medical logistics within the military framework. Interested small businesses must submit their proposals, including past performance information, by the specified solicitation due date, with a total contract value estimated at $20 million. For further inquiries, potential offerors can contact Patrick Wallace at patrick.j.wallace3.civ@army.mil or Trisha Scott at trisha.r.scott.civ@army.mil.
    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.
    Information Technology Services Support
    Buyer not available
    The Department of Defense, specifically the Army's Office of the Deputy Chief of Staff, G9, is seeking qualified contractors to provide Enterprise-level Information Technology Services Support, focusing on cybersecurity and data management. The procurement aims to enhance operational readiness and IT service delivery, with key objectives including cloud system administration, web services development, and Microsoft 365 support, all while adhering to Department of Defense Directives. This opportunity is set aside for small businesses under the 8(a) program, with responses due by 5:00 PM CDT on March 31, 2025, and interested firms are encouraged to submit their capabilities to primary contact LaTasha Cardwell at latasha.s.cardwell2.civ@army.mil or secondary contact Stephen Fuller at stephen.b.fuller4.civ@army.mil.
    ACC APG Installation & Technology Division (Formerly Tenant Division) Competitive/Fair Opportunity Industry Updates FY 2025
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is announcing a series of contracting opportunities for small businesses, particularly those eligible under the 8(a) Small Business Set-Aside program, for Fiscal Year 2025. The opportunities include a recompete for post-wide minor construction services estimated at $100M-$110M, environmental forestry management services valued at $12M-$15M, and stormwater management facilities maintenance with an estimated worth of $20M-$24M, among others. These contracts are crucial for supporting the varied service needs of military installations while ensuring compliance with federal regulations. Interested parties should note that these postings are for informational purposes only, and formal proposals should not be submitted until official solicitations are announced; for further inquiries, contact Yadira Colon at yadira.i.colon.civ@army.mil.
    Solicitation HT942525R0037 - Human Subjects Protection Personnel Mgmt and Support Services - USAMRDC OHARO
    Buyer not available
    The Department of Defense, through the Army Medical Research Acquisition Activity, is soliciting proposals for Human Subjects Protection Personnel Management and Support Services under Solicitation HT942525R0037. The objective is to secure comprehensive personnel management and support tailored to Human Subjects Protection protocols, ensuring compliance with regulations and facilitating operational transitions for related services. This initiative is critical for enhancing research safety and ethics surrounding human subjects in studies and trials across various governmental contexts. Interested contractors should contact Alana M. Sowers at alana.m.sowers.civ@health.mil, with proposals due by March 26, 2025, as outlined in the solicitation documents.
    ACC APG Tenant Division Competitive/Fair Opportunity Industry Updates FY 2025
    Buyer not available
    The Department of Defense, through the Army Contracting Command - Aberdeen Proving Ground (ACC-APG), is providing updates on competitive acquisition opportunities for Fiscal Year 2025, specifically targeting 8(a) Small Business Set-Asides. The procurement includes a range of contracts focused on maintenance, construction, environmental management, and facility services, with significant projects such as a $100M - $110M minor construction recompete, a $12M - $15M forestry management support service, and a $20M - $24M stormwater management facilities maintenance contract. These initiatives underscore the government's commitment to engaging small businesses in vital infrastructure and environmental services while adhering to regulatory compliance. Interested vendors should direct their inquiries to Ms. Yadira Colon at yadira.i.colon.civ@army.mil, with updates and additional information to be posted regularly.
    SCMD SCO Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for the SCMD SCO Support Services through a Sources Sought notice. This procurement aims to identify a responsible source capable of fulfilling the agency's needs as outlined in the attached Statement of Objectives (SOO) dated March 12, 2025, with an anticipated performance period of approximately one year. The services required fall under the NAICS code 541614, which pertains to Process, Physical Distribution, and Logistics Consulting Services, highlighting the importance of efficient logistics support in military operations. Interested parties are encouraged to submit a Capability Statement by March 19, 2025, via email to Angela Venes at angela.m.venes.civ@army.mil and Kathy Ward at kathleen.m.ward20.civ@army.mil.
    NAVAIR Moving Support Services
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Air Division, is soliciting proposals for Moving Support Services under a federal contract set aside for 8(a) certified businesses. The contract aims to provide comprehensive moving services, including crating, inventory management, and minor carpentry and electrical work, primarily at Joint Base Andrews in Maryland. This procurement is crucial for maintaining operational efficiency and support for military personnel, ensuring that logistical needs are met effectively. Interested contractors should direct inquiries to Joshua H. Rogers at joshua.h.rogers9.civ@us.navy.mil or Rosalyn A. Dickerson at rosalyn.a.dickerson.civ@us.navy.mil, with the total estimated contract value being approximately $565,580.95 over five years, including a base year and four option years.
    Cost-of-Living Data Collection and Analysis
    Buyer not available
    The Department of Defense's Defense Human Resources Activity (DHRA) is issuing a Request for Proposal (RFP) for Cost-of-Living Data Collection and Analysis Services under a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract, specifically set aside for small businesses. The primary objective is to collect and analyze non-housing price data from both CONUS (continental U.S.) and OCONUS (outside continental U.S.) locations to accurately determine cost-of-living allowances (COLA) for military personnel, ensuring they are fairly compensated in high-cost areas. This initiative is crucial for maintaining the financial well-being of over one million service members and their families, with proposals due by 10:00 AM EST on February 26, 2025, and an estimated award date of May 15, 2025. Interested parties can reach out to primary contact Tameka Laws at tameka.j.laws.civ@mail.mil or secondary contact Matthew Poole at matthew.c.poole.civ@mail.mil for further information.
    UNITED STATES MARINE CORPS (USMC) PACIFIC POSTURE ENTERPRISE (PPE)
    Buyer not available
    The United States Marine Corps (USMC) is seeking qualified small businesses to provide Information/Knowledge/Records Management and Microsoft 365 Application Support, as well as Enterprise Program Management and Financial Management Analysis Support Services for the Pacific Posture Enterprise (PPE). The procurement aims to enhance operational support and compliance with international agreements in the Pacific region, focusing on technical, analytical, and financial program analysis services, including the management and development of the Enterprise Decision Support Tool (eDST) and the Command Library. This opportunity is part of the 8(a) Program, with a one-year base contract and four one-year options, and interested firms must submit an eight-page capability statement by March 27, 2025, to Carrie Yearian at carrie.e.yearian.civ@usmc.mil or Kristina Schneider at kristina.r.schneider.civ@usmc.mil.