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's Combat Capabilities Development Command (DEVCOM), is seeking proposals for the Program And Staff Services (PASS) contract, identified as solicitation number W911SR25RA002. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract aims to provide a range of services including human capital management, financial management, strategic planning, and risk management, primarily supporting chemical and biological defense initiatives. The contract emphasizes the importance of compliance with security protocols and efficient technology transition to operational use, reflecting the government's commitment to enhancing defense capabilities. Interested small businesses must direct inquiries to Nicholas Granata Jr. at nicholas.granata.civ@army.mil or Sammy B. Solo at sammy.b.solo.civ@army.mil, with no proposals due at this time.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines various labor categories and associated qualifications relevant to federal government contracts and RFPs. It lists positions such as Contract Program Manager, Senior Communication Specialist, Financial Analyst, and Safety Specialist, alongside their corresponding educational and experiential requirements. Most roles necessitate a Bachelor’s Degree, often coupled with specific years of experience across diverse fields including communications, management, technical writing, and emergency management. The purpose of the document appears to focus on detailing the necessary workforce components needed for successful project execution within government contracts. Furthermore, it touches on compliance and safety, emphasizing the importance of experienced personnel in risk management and organizational efficiency. Additionally, it presents various financial metrics, rates, and methodologies for labor cost estimations for task order proposals over multiple years, showcasing the financial rigor expected in government contracting. The document serves as a comprehensive guide for prospective contractors on required personnel qualifications and associated compensation structures in the context of federal and state RFPs.
    The Performance Work Statement (PWS) outlines the requirements for an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with the U.S. Army's Combat Capabilities Development Command (DEVCOM) Chemical Biological Center (CBC). The main goal is to support research, development, and life-cycle engineering of defense systems, focusing on advancing technology in chemical and biological defense. Key services required include human capital management, financial management, strategic planning, risk management, and operational support across various domains such as chemical detection, protection, toxicology, and veterinary services. The contract emphasizes compliance with security protocols, Navigating potential organizational conflicts of interest, and ensuring that contractor personnel are identifiable as non-government employees. Additional stipulations involve a five-year performance period, telecommuting provisions, strict adherence to a zero-tolerance policy for human trafficking, and robust contractor personnel management procedures including training and reporting. The PWS aims to ensure that DEVCOM CBC can transition innovations rapidly to the field while maintaining high standards of security and operational efficiency. Consequently, it reflects the government’s priority for enhancing defense capabilities while adhering to all relevant regulations and standards.
    The Performance Work Statement (PWS) outlines the requirements for a task order under the Program And Staff Services (PASS) contract for the U.S. Army's Combat Capabilities Development Command (DEVCOM) Chemical Biological Center (CBC). The primary goal is to provide technology transfer, financial management, and safety and risk management services over a base period of twelve months with four optional years. Services will be conducted primarily at Aberdeen Proving Ground, MD, and may include telecommuting provisions. Key responsibilities include evaluating existing patents, identifying potential partnerships for technology utilization, conducting cost analysis, and implementing safety programs related to chemical and biological materials. Regular reporting and transparency are mandated through monthly status reports, documenting milestones, deliverables, safety issues, and contractor performance against established standards. The document emphasizes adherence to quality assurance measures, safety protocols, organizational conflicts of interest, and compliance with environmental and security requirements. The contractor must ensure personnel are qualified, maintain reporting accuracy, and execute efficient management and communications with the government. This task order supports the Army’s mission to expedite the transition of technologies to operational use and enhance safety in handling hazardous materials.
    The document comprises responses to inquiries regarding a draft Request for Proposal (RFP) from the U.S. Army for contractor support services. It outlines requirements for corporate experience, personnel qualifications, and performance metrics in relation to the Performance Work Statement (PWS). Key clarifications include that offers must demonstrate three years of experience from the past five years, with a minimum of 25 Full-Time Equivalent (FTE) employees required for relevant contracts. It confirms that key personnel must hold a SECRET clearance and emphasizes that experience cannot stem from base IDIQ contracts but rather must consist of individual task orders. The document also addresses page limitations for proposal volumes, clarifying whether resumes are counted in maximum pages, and stipulates that a telecommuting policy must be submitted as part of the proposal. Additionally, it highlights that subcontractor performance metrics must align with the main contract and establishes that the government will provide necessary safety equipment. All submissions for proposal sections must meet stringent guidelines to facilitate evaluation, ensuring that the contractor meets operational and compliance standards essential for military support functions.
    The document outlines a Request for Proposals (RFP) seeking qualified organizations to implement a comprehensive community development initiative aimed at enhancing local economic growth. The primary objectives include fostering small business development, improving workforce training programs, and promoting sustainable practices within the targeted community. Key components of the initiative involve collaboration with local stakeholders, conducting needs assessments, and developing strategic plans tailored to address specific community challenges. The RFP specifies eligibility criteria for applicants, funding allocations, and timelines for proposal submissions. This initiative reflects the government's commitment to empowering local economies, addressing employment barriers, and ensuring inclusive growth. By engaging community members in the planning process, the program aims to create lasting impacts that drive economic resilience and improve quality of life in the region.
    The U.S. Army Combat Capabilities Development Command (DEVCOM) is soliciting interest for a Program and Staff Support (PASS) contract through a Draft Request for Proposals (RFP), identified as W911SR-24-R-0001. This draft, which does not require proposals or initiate work, serves primarily to gather industry feedback and assess understanding of the government’s requirements. The forthcoming formal solicitation will be a 100% Total Small Business Set-Aside and anticipates a single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a 60-month ordering period and an estimated minimum award of $2,500. The services will specifically address the development and lifecycle support of defensive technologies in Chemical, Biological, Radiological, Nuclear, and Explosives (CBRNE) defense. Interested parties are instructed to submit written questions by September 27, 2024, to designated government contacts. The contract's performance will encompass a range of services that aim to efficiently transition advanced technologies to operational use. Compliance with regulations, including SAM registration and adherence to specific reporting templates, is required for participation in this procurement process.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    SOF Global Services Delivery Request for Proposal (DRAFT)
    Buyer not available
    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.
    Program Support for the Strategic Environmental Research and Development Program (SERDP) and the Environmental Security Technology Certification Program (ESTCP)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Mission Support Battalion, is seeking industry capabilities to provide program support for the Strategic Environmental Research and Development Program (SERDP) and the Environmental Security Technology Certification Program (ESTCP). The procurement aims to secure a contractor for a Firm-Fixed-Priced (FFP) performance-based contract, which includes a 12-month base period and four additional 12-month option periods, focusing on developing and demonstrating technologies that meet DoD environmental requirements. This opportunity is critical for ensuring effective management and execution of environmental technology initiatives, with support needed in areas such as technical review, program management, administrative tasks, and outreach activities. Interested vendors must submit their capability statements and comments on the draft Performance Work Statement (PWS) electronically to the primary contact, Shannon Benson, at shannon.n.benson@usace.army.mil, and the secondary contact, Douglas Pohlman, at douglas.e.pohlman@usace.army.mil, by December 1, 2025.
    EPASS Task Order Phasing Plan
    Buyer not available
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is seeking qualified small businesses to participate in the Engineering, Professional, and Administrative Support Services (EPASS) Round 3 Fair Opportunity Competition (FOC). The objective of this procurement is to acquire Advisory and Assistance Services (A&AS) for AFLCMC, HQ AFMC, and AFIT, with a commitment to maximizing opportunities for small businesses as part of the acquisition strategy. Eligible prime offerors must be within the GSA OASIS+ Small Business IDIQ domain and adhere to the specified NAICS codes, with a notable update that contractors will no longer need to recertify their Small Business size status at the task order level. Interested parties can reach out to Emily Starkey at emily.starkey@us.af.mil or Rimma Shlahtechman at rimma.shlahtechman@us.af.mil for further information, with the procurement process actively engaging small businesses through various upcoming opportunities outlined in the EPASS Phasing Plan.
    ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES March 2025
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking industry partners for various research and development opportunities under the C5ISR (Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance) initiatives, with a focus on enhancing military capabilities through innovative technologies. The procurement encompasses a range of projects aimed at advancing electronic warfare, cyber capabilities, and systems integration, with contract types primarily being Cost Plus Fixed Fee (CPFF) and estimated values ranging from under $25 million to over $500 million. These contracts are crucial for modernizing the Army's operational effectiveness and addressing evolving defense needs, with ongoing solicitations encouraging participation from both small and large businesses. Interested contractors can reach out to Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil for further details and to stay informed about upcoming opportunities.
    ARMY OPEN SOLICITATION (AOS)
    Buyer not available
    The Department of Defense, through the U.S. Army Contracting Command – Aberdeen Proving Ground (ACC-APG), has issued the Army Open Solicitation (AOS) W9128Z-25-S-A002, a perpetual solicitation aimed at acquiring innovative commercial solutions and research and development capabilities to enhance Army mission areas. This solicitation encompasses a wide range of requirements, including intelligence, tactical communications, soldier equipment, and advanced manufacturing, and allows companies to respond via Active Capability Gap (ACG) submissions or specific Calls for Solutions posted on SAM.gov. Interested vendors must comply with government registration requirements and are encouraged to review the solicitation documents for detailed submission procedures, including a three-phase evaluation process for ACG responses. For further inquiries, interested parties can contact Kristin Height or Robin Delossantos at usarmy.apg.acc.mbx.army-open-solicitation@army.mil.
    Stryker Sustainment Services
    Buyer not available
    The Department of Defense, through the U.S. Army Contracting Command, is seeking proposals for Stryker Sustainment Services under solicitation W912CH24R0021. This procurement aims to establish a hybrid five-year, single award, Indefinite Delivery Indefinite Quantity contract that includes five priced, one-year ordering periods, focusing on services such as Field Level Maintenance, Field Service Representative support, New Equipment Training, Fielding, and Deprocessing for the Stryker Family of Vehicles. The contract will be awarded based on a best value acquisition process, emphasizing the most advantageous proposal rather than the lowest cost, and will be subject to Full and Open Competition. Interested vendors must request access to sensitive solicitation attachments by contacting the designated Contract Specialist, Eric Driscoll, at eric.j.driscoll3.civ@army.mil, and ensure they are registered in the Joint Certification Program. The proposal due date has been updated in Amendment 0001, and all inquiries regarding the solicitation should be directed to the provided email addresses.
    BROAD AGENCY ANNOUNCEMENT (BAA) FOR CHEMICAL BIOLOGICAL RADIOLOGICAL NUCLEAR AND EXPLOSIVE (CBRNE) DEFENSE EFFORTS UNDER PROCUREMENT CONTRACTS, COOPERATIVE AGREEMENTS, AND PROTOTYPES UNDER OTHER TRANSACTIONS AGREEMENTS
    Buyer not available
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command Chemical Biological Center (DEVCOM CBC), has issued a Broad Agency Announcement (BAA) to solicit proposals for innovative research and development in chemical, biological, radiological, nuclear, and explosive (CBRNE) defense capabilities. This solicitation is open continuously for up to five years and invites proposals from educational institutions, nonprofit organizations, and private industry, focusing on areas such as detection technologies, modeling and simulation, and countermeasures to terrorism. The BAA is crucial for enhancing national defense capabilities and ensuring the Joint Warfighters' dominance on the battlefield and homeland defense. Interested parties can contact Marc Lukaszewicz at marc.s.lukaszewicz.civ@army.mil or Lionel Love at lionel.d.love.civ@army.mil for further information regarding proposal submissions and evaluation criteria.
    ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES SEPTEMBER 2025
    Buyer not available
    The Department of Defense, through the Army's ACC APG Division A, is announcing various upcoming contract opportunities related to research, development, engineering, and technical support within the C5ISR Center, with a focus on enhancing capabilities for networked soldiers. The procurement encompasses a range of initiatives, including Command and Control Software Development, Sensor Enabled Autonomous Navigation, and Cybersecurity solutions, with contract values potentially reaching up to $700 million and award dates extending into fiscal year 2026. These opportunities are critical for addressing the Army's modernization priorities, particularly in areas such as cyber defense, electronic warfare, and infrastructure management. Interested parties can reach out to primary contact Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or secondary contact Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil for further details.
    DTRA CWMD Security Cooperation Engagement Program IDIQ
    Buyer not available
    The Defense Threat Reduction Agency (DTRA) is seeking contractors for the Countering Weapons of Mass Destruction (CWMD) Security Cooperation Engagement Program (CSCEP) through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objective of this procurement is to enhance the capabilities of Partner Nations (PNs) in responding to Chemical, Biological, Radiological, and Nuclear (CBRN) incidents, thereby improving global security and national defense. This initiative involves training, equipping, and providing logistical support to PNs, with a focus on compliance with U.S. regulations and effective project management. The solicitation is expected to be released in the second quarter of fiscal year 2025, and interested parties can contact Jocelyn Fritz or Eric M Rode at dtra.belvoir.ob.mbx.ob-bp-acquisitions@mail.mil for further information.
    W56KGY-18-D-0003/W56KGY-23-F-0023 Capabilities Drop 1 (CD-1) Justification and Approval FAR 16.505(b)(2)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is issuing a delivery order under the base IDIQ contract W56KGY-18-D-0003 for the continued sustainment of annual software maintenance licenses for Capabilities Drop 1 (CD-1) systems. This procurement is crucial for ensuring the ongoing functionality and support of IT and telecom hardware and software, particularly in the area of servers. Interested vendors can reach out to the primary contact, Scott D. Butterfield, at scott.d.butterfield2.civ@army.mil or by phone at 520-538-9143, or the secondary contact, Rachel L. Moresi, at rachel.l.moresi.civ@army.mil for further details regarding this opportunity.