Program And Staff Services (PASS) Draft RFP
ID: W911SR-24-R-0001Type: Solicitation
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)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command (DEVCOM), is seeking proposals for the Program and Staff Services (PASS) under Solicitation Number W911SR-24-R-0001. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract, set aside for small businesses, aims to provide a range of services including human capital management, project management, strategic planning, and risk management, all focused on enhancing capabilities in chemical and biological defense. The contract will last for five years, with a minimum guaranteed order of $2,500, and emphasizes compliance with security protocols and quality control measures. Interested vendors should direct inquiries to Nicholas Granata Jr. at nicholas.granata.civ@army.mil or Sammy B. Solo at sammy.b.solo.civ@army.mil, with all questions due by September 27, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The government document outlines various labor categories required for federal contracts, including roles like Contract Program Manager, Acquisition Specialist, and Emergency Coordinator. Each role is associated with specific educational and experiential qualifications that range from high school diplomas to bachelor's degrees with significant years of experience. The document details the job descriptions, relevant labor codes, and the expected minimum qualifications for each category. Moreover, it includes cost estimates, proposed labor rates, materials, travel, and other direct costs for service contracts, ensuring comprehensive financial planning for proposals. The rates are structured into distinct categories such as direct rates, fringe rates, overhead, and general and administrative costs. Overall, this document serves as a vital resource for vendors looking to respond to requests for proposals (RFPs) and grants at federal, state, and local levels by aligning their offerings with specified labor and cost parameters. The clear categorization and detailed descriptions aim to foster a competitive and compliant bidding process among contractors in the government landscape.
    The Performance Work Statement (PWS) outlines a contract for Comprehensive Program and Staff Services (PASS) for the U.S. Army Combat Capabilities Development Command (DEVCOM) Chemical Biological Center (CBC). This Indefinite Delivery/Indefinite Quantity (ID/IQ) contract, lasting five years, encompasses services in various areas such as human capital, project management, operations support, strategic planning, and risk management, specifically targeting chemical and biological defense. Key requirements include developing technical materials, ensuring compliance with security protocols, conducting workforce capability analyses, and providing financial and acquisition planning support. The contract emphasizes the importance of establishing Organizational Conflicts of Interest (OCI) mitigation plans, maintaining a robust Quality Control Plan (QCP), and adhering to safety and security regulations including zero tolerance for human trafficking. Contractor personnel must identify themselves as non-government employees and are required to attend post-award meetings to discuss performance. A focus on effective communication, collaboration, and operational support is evident, with provisions for telecommuting and management of identified key personnel. The comprehensive scope aims to enhance the effectiveness of DEVCOM CBC in fulfilling its mission while ensuring compliance with prevailing regulations and requirements.
    The Performance Work Statement (PWS) outlines a Task Order for Technology Transfer, Financial Management, and Safety and Risk Management Services for the U.S. Army Combat Capabilities Development Command (DEVCOM) Chemical Biological Center (CBC). The center focuses on research, development, and engineering support for defensive systems related to chemical and biological threats. Under this contract, the contractor will engage in various activities for technology transfer, detailed financial analysis, and safety management. Key tasks include reviewing patents, facilitating collaborations, conducting risk assessments, and providing financial management through cost analysis and lifecycle cost estimates. A comprehensive Quality Assurance Surveillance Plan is mandated to ensure contractor performance compliance with established standards. Physical security, confidentiality of sensitive information, and training requirements are emphasized throughout the document. The task order has a twelve-month base period with four one-year options, predominantly performed at Aberdeen Proving Ground (APG), with the allowance for telecommuting. It emphasizes the importance of meeting environmental, safety, and security requirements, fostering a collaborative environment for innovative defense solutions. The document serves as a critical element of the federal contracting process, ensuring transparent and effective procurement strategies to bolster national defense capabilities.
    The document outlines a series of federal and state/local Requests for Proposals (RFPs) and grant opportunities aimed at stimulating various sectors. It provides a detailed breakdown of industry-specific questions and concerns, guiding prospective applicants on how to navigate the application process. Key topics highlighted include eligibility criteria, project goals, funding amounts, and application timelines. The purpose of these RFPs and grants is to enhance community development projects, promote innovation, and support essential services through collaboration between government entities and private organizations. The structure of the document categorically presents questions and answers, ensuring clarity in addressing potential applicants' inquiries. By facilitating a comprehensive understanding of available funding opportunities, the document encourages engagement and active participation from industry stakeholders in fulfilling government objectives. Overall, it serves as a critical resource for organizations seeking financial support while ensuring compliance with regulatory expectations and program requirements.
    The U.S. Army is soliciting feedback on a Draft Request for Proposals (RFP) for the Program and Staff Support (PASS) under Solicitation Number W911SR-24-R-0001. This draft aims to assess industry interest, gauge understanding of the government's requirements, and refine the forthcoming formal solicitation. No proposals are required at this stage, and all questions must be submitted by September 27, 2024, with confirmation of receipt provided by the government. This contract is designated as a 100% Total Small Business Set-Aside, and the anticipated contract will result in a single-award Indefinite Delivery/Indefinite Quantity (IDIQ) setup, primarily using cost-type contracting. The total ordering period for the IDIQ is set for 60 months, with a minimum guaranteed order of $2,500. Various tasks include development of materials and technologies, systems engineering, and life-cycle support, involving travel and other direct costs as part of the performance requirements. The document outlines the necessary elements for proposal submissions, as well as the protocols for inspection, acceptance, and contract administration, ensuring compliance with federal regulations and quality standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    One Semi-Automated Forces (OneSAF) Solicitation
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Program Executive Office for Simulation, Training, and Instrumentation, is seeking proposals for the One Semi-Automated Forces (OneSAF) program, which focuses on software development, integration, and support for Army training applications. The procurement aims to enhance interoperability and support cloud-based software applications, thereby reducing costs and facilitating training across various Army units and agencies. This contract is structured as a Small Business Set-Aside Indefinite Delivery/Indefinite Quantity (ID/IQ) arrangement, with a minimum guarantee of $400,000 and a maximum ceiling value of $127 million over a 72-month period. Interested parties must submit their proposals by September 23, 2024, and can direct inquiries to Naillil DeJesus at naillil.m.dejesus.civ@army.mil or Demetria Carter at demetria.b.carter.civ@army.mil.
    Range Maintenance Support Services
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Aberdeen Proving Ground, is soliciting proposals for Range Maintenance Support Services under contract ID W91CRB-24-R-0005. The objective of this procurement is to provide comprehensive maintenance and improvement services for military testing programs, including the upkeep of test ranges, environmental remediation, and the installation and maintenance of facilities. This contract is crucial for ensuring the operational readiness and safety of military testing environments, with a minimum contract value of $1,000 and a maximum of $9,999,999 over a five-year period. Interested small businesses must submit their proposals by September 17, 2024, and can direct inquiries to Noah Lane or Todd Strasavich via the provided email addresses.
    CBRND Professional Services HQ Draft Task Order Request
    Active
    Dept Of Defense
    The Department of Defense, through the Joint Program Executive Office for Chemical Biological, Radiological and Nuclear Defense (JPEO-CBRND), is seeking proposals for a draft Task Order Request (TOR) focused on professional services support, specifically in acquisition, business, scientific, and logistics services. This procurement is designated as a total small business set-aside and aims to enhance the capabilities of JPEO-CBRND and the United States Air Force in addressing chemical, biological, radiological, and nuclear (CBRN) threats. The contract, expected to commence in February 2025 and extend through February 2030, will be a hybrid contract with both firm-fixed-price and cost-reimbursable elements, emphasizing compliance with federal acquisition regulations. Interested parties should contact Claire Choi at claire.k.choi.civ@army.mil or Andrew Richard at andrew.j.richard12.civ@army.mil for further details, and proposals must adhere to the outlined requirements in the TOR.
    Contracting and Acquisition Support Services (CASS) - Request for Proposals (RFP)
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking proposals for Contracting and Acquisition Support Services (CASS) through a Request for Proposals (RFP). This procurement aims to establish a single-award indefinite-delivery indefinite-quantity (IDIQ) contract valued at up to $225 million, intended to enhance operational efficiency and ensure mission success by streamlining the contracting process. The contract will run from February 15, 2025, to February 14, 2030, and is set aside for small businesses under FAR 19.5. Interested parties can contact Pamela Bryerton at pamela.j.bryerton.civ@health.mil or Stephani Preusser at stephani.n.preusser.civ@health.mil for further information.
    Broad Agency Announcement DEVCOM C5ISR ESI
    Active
    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.
    DEVCOM-SC BOTAA 22-01
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE - DEPT OF THE ARMY is seeking funding through Other Transaction Agreements (OTAs) for prototype projects within the U.S. Army Combat Capabilities Development Command Soldier Center (DEVCOM SC)'s Areas of Interest. DEVCOM SC is interested in the development of enabling technologies that speed up the advanced development process. The process involves submitting preproposals, followed by a Request for Full Proposal (RFFP) if there is interest. The offeror will then prepare and submit the full proposal for evaluation. Successful proposals may receive awards based on the availability of funds. For more information, refer to the DEVCOM-SC BOTAA Document attached. The mission of DEVCOM SC is to maximize the Warfighter's survivability, sustainability, mobility, combat effectiveness, and field quality of life.
    Contracting and Acquisition Support Services (CASS) - Pre-Solicitation Conference
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to establish a single-award indefinite-delivery indefinite-quantity (IDIQ) contract for Contracting and Acquisition Support Services (CASS), valued at up to $225 million. This contract aims to provide cohesive and integrated support services essential for the DHA's operational requirements, ensuring efficient management of contracting processes and adaptability to changing needs. The selected contractor will play a critical role in streamlining workflows and enhancing efficiency, as the DHA has determined that a single contractor is necessary to prevent disruptions associated with multiple-award contracts. Interested parties can contact Pamela Bryerton at pamela.j.bryerton.civ@health.mil or Stephani Preusser at stephani.n.preusser.civ@health.mil for further information, with the contract period running from February 15, 2025, to February 14, 2030, and a possible extension thereafter.
    SNAP FY 24 Awards
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W4GG HQ US Army TACOM, is announcing the SNAP FY 24 Awards, which encompass a range of procurement opportunities for various defense-related goods and services. The primary objectives include acquiring aircraft components, cybersecurity solutions, advanced communication technologies, and professional services aimed at enhancing military operations and readiness. These procurements are crucial for maintaining operational efficiency and ensuring the security of military assets. Interested vendors can reach out to Lisa Koski at lisa.m.koski.civ@army.mil or Nick Moses at nicholas.c.moses.civ@army.mil for further details, with contract values expected to range from $50,000 to $1.5 million and varying submission deadlines across different RFPs.
    ACC-APG Competitive Opportunities: Edgewood Contracting Division August 2024 update
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Edgewood Contracting Division, is providing an update on upcoming contracting opportunities as of August 2024. This initiative aims to enhance communication with industry stakeholders regarding various Requests for Proposals (RFPs) focused on advanced military medical technologies, including diagnostic tools for distinguishing between bacterial and viral infections, biological sequencing, and chemical detection systems. These procurements are crucial for improving operational capabilities and supporting educational outreach, particularly in STEM fields for Minority Serving Institutions. Interested parties are encouraged to review the attached excel sheet for detailed opportunities and submit any questions via email to the designated point of contact within one week of the posting, noting that all information is subject to change and procurements may be canceled at any time.
    Final Request for Proposals for Design, Development, Demonstration, and Integration II (D3I2) Domain 1
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command-Redstone Arsenal, is issuing a solicitation for the Design, Development, Demonstration, and Integration II (D3I2) Space, High Altitude, and Missile Defense Domain 1 (D1). This procurement aims to secure multiple award indefinite delivery, indefinite quantity (MAIDIQ) contracts for research and development services in the physical, engineering, and life sciences, specifically focusing on guided missiles and space vehicles. The D3I2 D1 initiative is critical for supporting the U.S. Army Space and Missile Defense Command's mission and is a follow-on to existing contracts, with proposals due by 1:00 p.m. MST on October 15, 2024, and specific criteria submissions required by October 1, 2024. Interested parties can reach out to Jennifer Baker at jennifer.d.baker2.civ@army.mil or Aaren Strobel at aaren.j.strobel2.civ@army.mil for further inquiries.