BASE REALIGNMENT AND CLOSURE FINANCIAL MODULE (BRAC FM) SERVICE SUPPORT
ID: W9124J25RA008Type: Solicitation
Overview

Buyer

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

NAICS

Computer Facilities Management Services (541513)

PSC

IT AND TELECOM - IT MANAGEMENT AS A SERVICE (DF10)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Mission and Installation Contracting Command-Fort Sam Houston, is seeking proposals for the Base Realignment and Closure Financial Module (BRAC FM) Service Support. The contractor will be responsible for providing personnel, equipment, and services to maintain and manage the BRAC FM system and its public website, ensuring compliance with federal information security and accessibility standards. This procurement is crucial for enhancing the management of fund requests related to the BRAC program, with a total estimated award amount of $37 million over a contract period from July 2025 to June 2030. Interested small businesses must submit their proposals electronically by May 23, 2025, and can direct inquiries to Jared Kiser or Tarine Grace via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    This addendum outlines the submission guidelines and evaluation criteria for proposals related to a government contract under NAICS 541513, focused on Computer Facilities Management Services. Proposals must be delivered electronically by May 23, 2025, with inquiries allowed until May 9, 2025. The selection will follow a Best Value Technical Trade-off method, emphasizing small businesses under a 100% set-aside policy. Proposals must consist of four volumes: General, Technical Capability, Past Performance, and Cost/Price, with strict formatting and content requirements. Key evaluation criteria include Technical Capability, Past Performance, and Price, each assessed for acceptability. The evaluation favors Lowest Price Technically Acceptable offers, reserving the right for discussions if needed. Offerors must disclose any conflicts of interest and adhere to ethical guidelines. Overall, the file serves to provide a structured framework for potential contractors to effectively present their capabilities and pricing while ensuring compliance with federal acquisition regulations.
    The Performance Work Statement (PWS) outlines the requirements for a non-personal services contract intended for the Headquarters, Department of the Army (HQDA), specifically for the Base Realignment and Closure Financial Module (BRAC FM). The contractor will be responsible for providing personnel, equipment, and services to effectively maintain and manage the BRAC FM system and public website while ensuring compliance with federal information security and accessibility standards. The contract spans one base year with four optional renewal years and includes specific tasks like modifying the BRAC FM for fund distribution, updating execution data, and providing technical support. Key personnel must meet strict qualifications, including substantial experience and certifications. The document also covers quality control measures, security requirements, and the handling of government-furnished property, establishing the framework for the contractor's operations. Through ongoing updates and system management, the contractor is expected to enhance operational effectiveness and ensure the BRAC FM system's integrity, etching a commitment to comprehensive compliance and customer service.
    The document primarily discusses a government Request for Proposal (RFP) related to support services for the BRAC Financial Module (FM) and website. It seeks clarification on various aspects involving contractor responsibilities, staffing, and proposal requirements. Key points include the basis of award, which is specified as Lowest Price Technically Acceptable (LPTA), and the contractor's required qualifications, especially in technology and security certifications. The government emphasizes the importance of a strong staffing plan and flexibility in staffing, as installation-specific roles may not be filled solely by the Program Manager. It outlines various technical expectations, including system maintenance and upgrades, emerging requirements, and performance metrics. Additionally, it addresses questions regarding labor estimates, onboarding procedures, and the need for documentation such as resumes and certifications in proposals. The government anticipates continuous updates to technology infrastructure, requiring the contractor to adapt as newer systems emerge. Overall, the document underlines the critical elements of compliance, performance metrics, and the need for an effective contractor proposal submission.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) to provide commercial products and services supporting the Base Realignment and Closure Financial Module (BRAC FM). The solicitation encompasses requisition and award details, contact information, and delivery schedules from July 2025 to June 2030. Key tasks include phase-in and phase-out support to transition contractors, ongoing financial module services, and website support for the BRAC FM. The total award amount is approximately $37 million, with a firm fixed price arrangement. Applicable contractual clauses are included, highlighting terms related to patent rights, small business participation, and labor standards compliance. The overall objective is to ensure effective management of automated fund requests related to the BRAC program. Emphasis is placed on subcontracting opportunities for small businesses, particularly those owned by women and economically disadvantaged individuals. The document is structured to facilitate easy reference to critical contractual terms and expected timelines for delivering the required services, demonstrating the federal government's commitment to supporting small businesses in fulfilling governmental contracts.
    The document pertains to a federal solicitation aimed at awarding a contract for Women-Owned Small Business (WOSB) services related to the Base Realignment and Closure Financial Module (BRAC FM). It outlines the requisition number, contract details, and requirements for service delivery, including Phase-In/Out processes, financial module support services, and website assistance over a proposed duration from July 2025 to June 2030, with a total estimated award amount of $37,000,000. The document specifies the need for timely delivery, invoicing processes, and compliance with various Federal Acquisition Regulations (FAR) clauses. It emphasizes that offers are due by May 23, 2025, and mandates strict adherence to regulatory guidelines, encouraging participation from economically disadvantaged and minority-owned businesses. The purpose of the solicitation is to procure services that will enhance the management and coordination of funds requests pertinent to the BRAC program, supporting the Army’s fiscal responsibilities while ensuring contracts are performed in alignment with legal and ethical standards.
    Lifecycle
    Similar Opportunities
    Master Breacher Course Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Master Breacher Course Support at Fort Benning, Georgia. This procurement involves providing materials and labor for training site support, including the construction and maintenance of targets and training aids for the 75th Ranger Regiment's Regimental Master Breacher Course, which is conducted three times a year. The contractor will be responsible for adhering to specific construction standards, ensuring quality control, and complying with safety and environmental regulations, while the government will provide range access and coordination. Proposals are due by December 18, 2025, at 2:00 PM EST, and interested parties should submit their quotes electronically to the designated contacts, Rafael Alamedapabon and Jack Konrat, with no paper submissions accepted.
    FY23-28 General Construction Services BPA - W911S223S8000
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple HUBZone small businesses to establish a Blanket Purchase Agreement (BPA) for General Construction Services from fiscal years 2023 to 2028. The BPA aims to facilitate various construction projects, including new work, additions, alterations, and maintenance of real property facilities, with an estimated total value of $15 million across approximately 35 projects annually, each averaging around $75,000. Interested contractors must comply with specific requirements, including obtaining payment bonds for projects exceeding $35,000, adhering to Davis-Bacon wage rates, and registering in the System for Award Management (SAM) and Wide Area Workflow (WAWF). Responses from interested parties must be submitted electronically by August 28, 2023, to the primary contact, Lyndsie Hall, at lyndsie.j.hall.civ@army.mil, including necessary documentation such as UEI, CAGE, Tax ID, and a capability statement.
    Ft. Stewart Base Operation Support Services - Consolidation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide consolidated Base Operations Support Services (BASOPS) at Fort Stewart, Georgia. This procurement aims to merge four existing contracts—covering BASOPS, scales inspection and maintenance, grease trap servicing, and elevator maintenance and repair services—into a single contract valued at approximately $286,566,010.20. This consolidation is part of the Army's initiative to enhance efficiency and standardize services while ensuring maximum participation from small businesses, particularly those eligible under the 8(a) and Small Business (SB) programs. Interested parties can reach out to Jonathon Hecker at jonathon.r.hecker.civ@army.mil or Sam Colton at samuel.j.colton.civ@army.mil for further information.
    BEJ Maintenance Compound Roof Replacements
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake roof replacement work at the BEJ Maintenance Compound in Moncure, North Carolina. The project involves the removal of existing corrugated metal roofs from two maintenance buildings and the installation of new twenty-four gauge PBR panel roofs along with insulation systems, with a primary focus on Compound Building 1 and an optional item for Compound Building 2. This procurement is part of the government's initiative to engage small businesses in federal construction contracts, with a contract value estimated between $25,000 and $100,000, and a completion timeline of 120 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on or about May 2, 2025; for further inquiries, they may contact Benjamin Rickman or Jenifer Garland via the provided emails.
    SABER IDIQ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Nellis Air Force Base, Creech Air Force Base, and the Nevada Test and Training Range. This contract, set aside for HUBZone firms, aims to provide a wide range of construction and maintenance services, including carpentry, plumbing, HVAC, and electrical work, with individual task orders valued between $15,000 and $4 million, and a total ceiling amount not exceeding $185 million over a five-year period. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by January 23, 2026, following a pre-proposal conference scheduled for October 29, 2025. For further inquiries, potential bidders can contact Corrine Lemon at corrine.lemon@us.af.mil or Angela Mendoza at angela.mendoza.1@us.af.mil.
    Bas-OPs contract at Ft. Benning, GA and AL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses for the Bas-OPs contract at Fort Benning, Georgia, and Alabama. This procurement focuses on facilities support services, including housekeeping and operations support, essential for maintaining the functionality and cleanliness of military facilities. The contract is set aside for total small business participation, emphasizing the importance of supporting small enterprises in government contracting. Interested parties should reach out to Mike J. Vicory at michael.j.vicory.civ@army.mil or Jonathon Hecker at jonathon.r.hecker.civ@army.mil for further details regarding the submission process and any upcoming deadlines.
    82nd Airborne Propane Service Contract
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for a propane service contract to support the 82nd Airborne Division at Fort Bragg, North Carolina. The contract requires the provision of 100 propane tanks, eight 16-count propane cages, and quarterly refills and services over a base year and four option years, from January 2026 to January 2031. This procurement is critical for ensuring a reliable supply of propane for military operations, adhering to strict safety and operational standards. Interested small businesses must submit their proposals electronically by December 17, 2025, at 10:00 AM EST, and direct any inquiries to the designated contacts, CPT Michael Davis and SFC Eric Garcia, via their provided email addresses.
    ROOF INSPECTION, REPAIR AND MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Buchanan, Puerto Rico, is soliciting bids for a Firm Fixed Price contract for roof inspection, repair, and maintenance services. The project, identified as Invitation for Bid (IFB) No. W912C326BA002, is a Total Small Business Set-Aside, with an estimated contract value between $5 million and $10 million, focusing on various roofing systems including modified bitumen, EPDM, and metal. Contractors are required to adhere to strict safety and environmental regulations, submit detailed reports, and ensure compliance with installation security procedures. Interested parties must monitor the Contract Opportunities website for updates and submit their bids along with a 20% bid bond guarantee by the specified deadline. For further inquiries, contact Jose Lopez at jose.m.lopezfeliciano.civ@army.mil or Felix Marrero at felix.r.marrero2.civ@army.mil.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    Biomedical Research Application Evaluation and Support Services (BRAES)
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking information regarding Biomedical Research Application Evaluation and Support Services (BRAES) as part of a market research initiative. The objective is to support the Congressionally Directed Medical Research Programs (CDMRP) by managing biomedical research funding, which includes a two-tier review process and the development of a Quality Control Plan. This opportunity is crucial for ensuring the integrity and efficiency of the application evaluation process, utilizing government-furnished systems for application processing and award management. Interested parties must submit their responses to the Request for Information (RFI) by 12:00 p.m. Eastern Time on December 15, 2025, to Ms. Deanna S. Moose at deanna.s.moose.civ@health.mil, adhering to the specified guidelines and page limits.