Military Personnel Office Support
ID: W56ZTN24R0013Type: Presolicitation
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
    Presolicitation
    Similar Opportunities
    Office of Small Business Programs Support Services - Amend 7
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for the Office of Small Business Programs Support Services. The contract aims to provide comprehensive operational and management support, including business execution, strategic communication, and mentor-protégé program support, with a total award amount of up to $24,500,000. The performance period is set to begin in January 2026, lasting for one base year with four additional option years extending through January 2031. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil or Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.
    628 FSS Military and Family Readiness Support Services
    Dept Of Defense
    The Department of Defense, through the 628th Force Support Squadron (FSS) at Joint Base Charleston, South Carolina, is seeking qualified contractors to provide Military and Family Readiness Support Services. The procurement aims to deliver a range of support services, including financial management, personal and work-life balance assistance, employment support, and IT hardware/application support, all in compliance with DoD and Air Force standards. These services are crucial for addressing the unique challenges faced by military members and their families, ensuring their well-being and readiness. Interested parties must submit their capability statements and relevant information to Lt. Aaryn Scires at aaryn.scires.2@us.af.mil by January 14, 2026, at 10:00 AM EST, as this is a sources sought announcement for market research purposes only.
    Custodial Services for MO024
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide custodial services for the MO024 facility at Fort McCoy. The contractor will be responsible for delivering all necessary personnel, labor, equipment, supplies, and supervision to perform janitorial services as outlined in the Performance Work Statement (PWS), with the exception of government-furnished items. This procurement is crucial for maintaining cleanliness and hygiene standards within the facility, ensuring a safe and functional environment. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Breanna Huff at breanna.d.huff.civ@army.mil or call 502-898-5535 for further details, with the contract period starting on January 1, 2026, and extending through four optional 12-month periods.
    Broad Agency Announcement (BAA) ARMY MPP-I-25-001
    Dept Of Defense
    The Department of the Army's Office of Small Business Programs (OSBP) is seeking eligible Mentor Firms for its Mentor-Protégé Program (MPP) through a Broad Agency Announcement (BAA ARMY-MPP-I-25-xx) for Fiscal Year 2025-26. This two-step process requires interested Mentor Firms to submit white papers detailing their proposed approach, protégé development, subcontractor involvement, and financial estimates, with a focus on enhancing small business capabilities and fostering long-term business relationships within the Department of Defense (DoD). The program is crucial for increasing the participation of small businesses as subcontractors and suppliers under DoD contracts, ultimately supporting the Army's mission to maintain land dominance. Interested parties should contact Andrew Heisler at ANDREW.C.HEISLER.CIV@ARMY.MIL or Pamela Monroe at PAMELA.L.MONROE8.CIV@ARMY.MIL for further information, and note that white papers must be submitted by the specified deadlines, with a maximum length of 15 pages.
    SOF Global Services Delivery Request for Proposal (DRAFT)
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is seeking proposals for the Special Operations Forces Global Services Delivery (SOFGSD) contract, which is a Total Small Business Set-Aside opportunity. This procurement aims to secure administrative management and general management consulting services to support USSOCOM's global missions and enterprise needs, with a focus on providing subject matter expertise and knowledge-based services. The contract will be awarded as multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a requirement for offerors to possess a Top Secret Facility Clearance and to meet specific cybersecurity standards as outlined in the recent DFARS rule. Interested parties should direct inquiries to the primary contact, Sherri Ashby, at sherri.ashby@socom.mil, and note that the final Request for Proposal (RFP) is anticipated to be released in Q2 FY26, following additional drafts and industry engagement sessions.
    Propeller AeroPoint Ground Control Point Targets
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking responses from small businesses regarding the procurement of a brand name Annual Propeller AeroPoint Software as a Service Subscription for the Department of Geography and Environmental Engineering at the United States Military Academy in West Point, New York. This sources sought notice aims to gather information to determine if there are at least two qualified small businesses that can meet the requirement, which is crucial for potential set-aside opportunities. The government encourages participation from small businesses across various socioeconomic categories and emphasizes the importance of identifying capabilities at a fair market price. Interested parties must submit their responses by December 16, 2025, at 12:00 PM EST to Dennis Cook at dennis.j.cook8.civ@army.mil, including relevant details such as firm information, past experience, and recommendations for structuring the contract requirements.
    Solid Waste Management/Refuse & Recycling
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground (APG), is seeking potential sources for solid waste management services, including refuse and recycling, at multiple government locations in Maryland. The contractor will be responsible for scheduled solid waste collection, diversion, disposal, maintenance of collection stations, and support for special events, while excluding hazardous and medical waste. This procurement is crucial for maintaining compliance with federal, state, and local regulations regarding waste management operations. Interested vendors must submit their capability statements and qualifications by December 23, 2025, at 3:00 PM Eastern Time, to the designated contacts, Nicole Sutton and Donna Poteat, via email.
    Draft PWS for the MIOSS Program
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified 8(a) contractors to provide Instructor Operator Support Services (MIOSS) for the Medical Simulation Training Center (MSTC). The contract aims to deliver instructor/operator support for medical training, including teacher-led and scenario-based training for both medical and non-medical personnel, with a focus on sustaining Combat Medic (68W MOS) skills and other tiered medical training. This opportunity is crucial for enhancing the training capabilities of U.S. military personnel and ensuring adherence to medical certification standards. Interested contractors are encouraged to submit questions and comments regarding the Draft Performance Work Statement (PWS) by January 6, 2026, and an Industry Day is planned for the week of January 11, 2026, at Fort Stewart, Georgia. For further inquiries, contact Carly Haning at carly.j.haning.civ@army.mil or Christina Minnon at christina.l.minnon.civ@army.mil.
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking information from potential contractors for a Firm-Fixed-Price contract to provide operation and maintenance (O&M) services, along with repair and minor construction, in support of the Defense Health Agency (DHA) Medical Research and Development Command (MRDC) at multiple locations. The contract will require 24/7 support for various medical, dental, pharmacy, and laboratory facilities, necessitating extensive knowledge of medical facility operations and compliance with Joint Commission standards. Interested contractors should note that this is a Sources Sought Notice for market research purposes only, with no solicitation currently available; responses are due by December 8, 2025, and inquiries can be directed to Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services contract. This procurement aims to provide comprehensive maintenance and logistical support for aircraft launching, landing, and ground handling equipment, including modernization, repair, and parts manufacturing, as outlined in NAVAIR Instruction. The contract is a total 8(a) small business set aside, with an anticipated performance period from January 2027 to January 2032, featuring five one-year ordering periods and a six-month option to extend services. Interested parties must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with questions due by January 5, 2025, and a mandatory site visit scheduled for January 16, 2025, for eligible 8(a) offerors. For further inquiries, contact Ndidiamaka Umeh at ndidiamaka.umeh@navy.mil or Kurt Dronenburg at kurt.j.dronenburg.civ@us.navy.mil.