Army Emergency Management Education and Exercise Evaluation Contract Support
ID: W9124J-25-R-EMERType: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FDO FT SAM HOUSTONFORT SAM HOUSTON, TX, 78234-1361, USA

NAICS

Educational Support Services (611710)

PSC

SUPPORT- PROFESSIONAL: EMERGENCY RESPONSE/DISASTER PLANNING/PREPAREDNESS SUPPORT (R429)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the Army, is seeking proposals for the Army Emergency Management Education and Exercise Evaluation Contract Support, aimed at enhancing installation preparedness through professional services. The contract requires the provision of non-personal services, including risk assessments, training programs, and mission assurance services, with a focus on multi-agency assessments to bolster the Army Protection Program. This initiative underscores the importance of effective emergency management and resource allocation within Army installations. Interested service-disabled veteran-owned small businesses (SDVOSB) must submit their proposals by October 21, 2024, and direct any inquiries to Tim Hallahan or Ralph Bowie via the provided email addresses.

    Files
    Title
    Posted
    The document outlines a Performance Work Statement (PWS) for the Army Emergency Management Education and Exercise Evaluation Contract Support Services. The primary aim is to provide non-personal services in support of the Army Protection Program. The contractor is responsible for delivering personnel, materials, and services necessary for program execution, centered on multi-agency assessments and training to enhance installation preparedness against various threats. Key objectives include conducting assessments for installations, managing training programs with full student enrollment, and ensuring mission assurance services. The contract spans one base year with four optional renewal years and mandates strict quality control measures alongside compliance with security requirements. Services include risk assessments, training for emergency operations, and support for knowledge management. The contractor must lead assessments for mission assurance, maintain compliance with Army regulations, and develop training tailored to the Army's operational needs. Regular reporting and program status updates are required, highlighting a commitment to continuous evaluation and improvement. Overall, this contract emphasizes the importance of preparedness and effective resource management for Army installations.
    The document outlines a federal solicitation (W9124J25REMER) for professional services related to Army Installation Management Command at Fort Sam Houston, TX. The solicitation includes provisions for the submission of offers, with a submission deadline of October 21, 2024. The services include positions such as Program Manager, Assessment Team, Training Specialists, and several other managerial roles specified by quantity and required hours. Offerors are required to include detailed pricing structures and technical proposals, outlining labor categories and rates, provisioned in three distinct volumes (Technical, Pricing, Past Performance). The evaluation criteria focus on the lowest priced technically acceptable offer, with past performance being significant but subordinate to cost. The solicitation emphasizes compliance with federal regulations promoting small business participation, including set-asides for service-disabled veteran-owned businesses. It details the terms for contract formation and the protocols for potential award modifications, thereby ensuring clarity in contracting processes. This reflects the government's commitment to supporting service providers while maintaining stringent oversight of quality and adherence to standards in procurement practices.
    The memorandum from the U.S. Army Mission and Installation Contracting Command provides essential contact information for inquiries related to solicitation W9124J-25-R-EMER. It designates Ralph Bowie as the Contracting Officer and Tim Hallahan as the Contract Specialist, providing their respective email addresses for communication. The document serves as a formal record, indicating that no further actions have been taken beyond the communication of contact details. This memorandum is part of the administrative procedures involved in federal procurement processes, ensuring that potential vendors can effectively reach out regarding proposals or questions related to the specified solicitation. The clear identification of contacts is essential for facilitating communication in the context of government requests for proposals (RFPs), highlighting its role in supporting transparency and accessibility in contract management.
    Lifecycle
    Similar Opportunities
    Professional Services
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Louisville District is preparing to issue a Request for Proposal (RFP) for Professional Services related to Program Management Support and various other planning and management services. The procurement aims to assist the Army Reserve Installation Management Directorate and the Office of the Chief Army Reserves in their military programs across the United States and Puerto Rico. This opportunity is set aside for small businesses and will involve the award of up to three Indefinite Delivery Indefinite Quantity (IDIQ) Firm-Fixed-Price contracts, with a duration of six years from the contract award date. Interested parties should prepare to submit proposals that demonstrate past experience, performance, and quality management systems, with the solicitation anticipated to be released around October 15, 2024. For further inquiries, contact Laura Phillips-Payne at laura.phillips-payne@usace.army.mil.
    MATOC for USACE PROJECT & PROGRAM MANAGEMENT DELIVERY SUPPORT SERVICES
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is soliciting proposals for Project and Program Management Delivery Support Services under a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a maximum value of $47.6 million. The contract aims to enhance USACE's capabilities in delivering program and project support, focusing on Information Technology services, risk management, and compliance with cybersecurity standards. This opportunity is significant for contractors specializing in IT management support services, as it emphasizes the importance of effective project execution and quality assurance in federal contracting. Interested parties should direct inquiries to Doug Pohlman or Giorgiana Chen and submit proposals electronically by the specified deadline, with the performance period expected to commence in December 2024.
    Army Strategic Education Program (ASEP) Course Support
    Active
    Dept Of Defense
    The Department of Defense, through the Army Strategic Education Program (ASEP), is seeking qualified contractors to provide course support services at the U.S. Army War College in Carlisle, Pennsylvania. The procurement involves non-personal operations support, including administrative tasks, strategic writing coaching, and curriculum development for military education targeting General Officers, senior Federal civilians, and their spouses. This initiative is crucial for enhancing military leadership through structured educational programs, ensuring compliance with federal regulations and quality standards. Interested small businesses must submit their quotes by October 18, 2024, and direct any inquiries to Christine Cairo at christine.a.cairo.civ@army.mil or Bethany L. Flynn at bethany.l.flynn.civ@army.mil.
    MULTI-DISCIPLINE V/E ARCHITECT/ENGINEER SERVICES FOR PROJECTS IN THE U.S. ARMY CORPS OF ENGINEERS, BALTIMORE DISTRICT, NORTH ATLANTIC DIVISION (NAD)
    Active
    Dept Of Defense
    The Department of the Army, specifically the U.S. Army Corps of Engineers, Baltimore District, is seeking qualified architect-engineer firms to provide multi-discipline V/E (Value Engineering) services for various projects. The procurement aims to enhance project efficiency and effectiveness through expert engineering and architectural services, which are critical for the successful execution of military infrastructure projects. The proposal due date has been extended to 11:00 AM EST on 31 October 2024, and interested firms can reach out to primary contact Yubaraj Rasaily at yubaraj.rasaily@usace.army.mil or by phone at 443-853-2061 for further information.
    FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA) RESILENCE HAZARD MITIGATION TECHNICAL ASSISTANCE PROGRAM (HMTAP) NON-ARCHITECTURAL AND ENGINEERING (NON-A&E) SERVICES
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for the Hazard Mitigation Technical Assistance Program (HMTAP), specifically for Non-Architectural and Engineering (Non-A&E) services. The procurement aims to establish three single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts across designated geographic zones in the United States, enhancing FEMA's capacity to manage pre-disaster, during disaster, and post-disaster mitigation efforts. These services are critical for supporting resilience grants, conducting environmental assessments, and ensuring compliance with federal regulations related to disaster mitigation. Interested contractors must submit their proposals by Tuesday, November 12, 2024, at 2 PM ET, with a total contract value potentially reaching $93.3 million per contract. For further inquiries, contact Amanda Lynn Long at amanda.long@fema.dhs.gov or Glen Seipp at glen.seipp@fema.dhs.gov.
    Army Continuing Education Services (ACES) Synopsis
    Active
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Command at Fort Liberty, is seeking proposals for Army Continuing Education Services (ACES) to support the United States Army Reserve Command across fourteen education offices in the Continental United States, including Puerto Rico and Hawaii. The primary objective of this procurement is to enhance the professional development of Soldiers by providing educational programs that include academic guidance, job performance enhancement, and assistance with transitioning to civilian life. This initiative is crucial for promoting lifelong learning and improving access to education services for military personnel and their families. The contract will be exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a Firm Fixed Price (FFP) contract anticipated for a base period from December 14, 2024, to December 13, 2025, along with four optional one-year extensions and a 14-day phase-in period. Interested parties must register in the System for Award Management (SAM) and possess a Commercial and Government Entity Code (CAGE) to be eligible. For further inquiries, contact Michael I. Birney at michael.i.birney.civ@army.mil or Casey Cambrin at casey.n.cambrin.civ@army.mil.
    W519TC-24-Q-PSMS Process Safety Management Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army's Crane Army Ammunition Activity, is seeking proposals for Process Safety Management Support Services under solicitation number W519TC-24-Q-PSMS. The primary objective is to conduct a comprehensive programmatic review of the existing Process Safety Management (PSM) program to ensure compliance with OSHA standards and mitigate risks associated with hazardous chemicals. This initiative is crucial for enhancing safety measures in ammunition activities and preventing hazardous releases or explosions that could endanger personnel and operations. Interested small businesses must submit their proposals by November 1, 2024, with all submissions directed to the Contract Specialist, Dustin Sexton, at dustin.p.sexton.civ@army.mil, and the Contracting Officer, Bryce Willett, at bryce.t.willett.civ@army.mil.
    Exceptional Family Member Program (EFMP) Respite Care Providers (RCPs)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking qualified Respite Care Providers (RCPs) to support the Exceptional Family Member Program (EFMP) by offering temporary care services for family members of individuals with disabilities. The objective is to establish a network of RCPs who will deliver approved respite care services, ensuring compliance with program guidelines and maintaining comprehensive documentation for eligibility and participant management. This initiative is crucial for providing stable care environments for Army families, allowing primary caregivers scheduled respite periods to enhance their well-being. Interested parties must submit a tailored capability statement by October 20, 2024, to Tim Hallahan at timothy.d.hallahan.civ@army.mil or Ralph M. Bowie at ralph.m.bowie.civ@army.mil, noting that this notice is for market research purposes and does not guarantee contract award.
    Custodial Services MO001; Belton, MO
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for custodial services at the MO001 facility located in Belton, Missouri, under solicitation number W911SA-25-Q-3004. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will cover a performance period from January 1, 2025, to December 31, 2025, with options for four additional years and a six-month extension. The selected contractor will be responsible for providing all necessary personnel, equipment, and supplies to maintain facility cleanliness, ensuring compliance with security and operational standards, and documenting service activities. Interested vendors must submit their quotes, including all required documentation, by the specified deadline, and can direct inquiries to Amy E. Lewellen at amy.e.lewellen.civ@army.mil. The solicitation will be available on SAM.gov starting September 25, 2024, with questions due by October 9, 2024.
    USACE HQ FY25 Quality Management Software
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking proposals for a Quality Management Information System (QMIS) to enhance quality management processes within the organization. The project encompasses a 10.5-month base year followed by four optional 12-month periods, requiring a comprehensive software solution that includes user access levels, automated workflows, and compliance with various ISO standards. This initiative aims to streamline operations, improve accreditation, and ensure adherence to established security measures, including FedRAMP certification for cloud vendors. Interested parties should contact Kate Behrens at Katherine.D.Behrens@usace.army.mil or Nicholas Moore at Nicholas.M.Moore@usace.army.mil for further details, with proposals due by the specified deadlines outlined in the solicitation document.