Base Realignment and Closure Financial Module (BRAC FM)
ID: W9124J-25-R-BCFMType: Special Notice
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
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the Mission and Installation Contracting Command at Fort Sam Houston, is seeking qualified firms to provide professional services for the Base Realignment and Closure Financial Module (BRAC FM). The primary objective of this procurement is to update and maintain the BRAC FM system, a web-based application crucial for managing automated funds requests related to BRAC program requirements, while also ensuring the maintenance of the associated public website. This initiative is vital for the effective coordination and management of financial resources within the BRAC Division, and it emphasizes the importance of compliance with security regulations and operational efficiency. Interested small businesses are encouraged to submit capabilities statements by April 8, 2025, as this will inform potential future solicitations; the NAICS code for this opportunity is 541513, with a small business size standard of $37 million.

Point(s) of Contact
No information provided.
Files
Title
Posted
Apr 1, 2025, 9:04 PM UTC
The Performance Work Statement (PWS) outlines a contract for non-personal services to support the Base Realignment and Closure Financial Module (BRAC FM) at the Department of the Army. The contractor is tasked with providing all necessary personnel and resources to maintain BRAC FM, a vital web-based application for managing financial requests related to the BRAC program. Key objectives include updating the system, ensuring compliance with security regulations, and maintaining the public-facing BRAC website in alignment with accessibility standards. The period of performance spans one base year with four optional extensions and requires the contractor to develop and execute a quality assurance program and adhere to rigorous IT security protocols under DoD guidelines. Additionally, the contractor must manage system documentation, provide technical support, and prepare detailed monthly progress reports. The document emphasizes the importance of timely communication, operational efficiency, and compliance with federal regulations to ensure smooth contract execution and bridge any performance gaps. Overall, this PWS serves as a comprehensive guide for contractor responsibilities within the BRAC program, aligning with federal contracting requirements for service efficiency and accountability.
Apr 1, 2025, 9:04 PM UTC
The Mission Installation Contracting Command – Fort Sam Houston has issued a Sources Sought Notice (SSN) to conduct market research for potential sources to provide professional services for the Base Realignment and Closure Financial Module (BRAC FM). The goal is to identify firms capable of supporting the BRAC FM, a web-based application for managing funds requests in relation to BRAC program requirements. This indicates the U.S. Government is exploring procurement strategies, which may include small business set-asides, based on industry responses. The notice emphasizes that this is not a formal request for proposals or a commitment to procure services, and it encourages interested businesses—especially those categorized as small or disadvantaged—to submit capabilities statements. Specific required information includes organizational details, past experience, and proposed subcontracting plans. The deadline for submissions is set for April 8, 2025, and responses will inform whether a future solicitation will arise. The NAICS code for this requirement is 541513, with a small business size standard of $37 million. Responses that might limit competition are also solicited, reinforcing the initiative's focus on enhancing competitive procurement options.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
MABSM implementation and sustainment effort at Hill AFB OO-ALC, Warner Robins AFB WR-ALC, and Tinker AFB OC-ALC
Buyer not available
The Department of Defense is seeking small business contractors for the implementation and sustainment of the Maintenance and Business System Modernization (MABSM) at Hill Air Force Base, Warner Robins Air Force Base, and Tinker Air Force Base. The primary objective is to enhance the MABSM system, which supports Maintenance Repair Overhaul (MRO) operations, by providing a comprehensive range of services including project management, technical analysis, user training, and quality assurance. This initiative is crucial for maintaining system availability and compliance with Information Assurance standards, thereby ensuring efficient depot operations. Interested parties must submit their responses, including company information and capabilities, by May 2, 2025, to Hannah Rearick at hannah.rearick@us.af.mil or Jason Neering at jason.neering@us.af.mil.
CAC Refresh
Buyer not available
The Department of Defense, specifically the Army Contracting Command in New Jersey, is soliciting proposals for a firm fixed price contract titled "CAC Refresh." This opportunity is a total small business set-aside and involves commercial and institutional building construction, with a focus on the maintenance of office buildings as outlined in the attached Statement of Work (SOW). The contract is significant for ensuring the upkeep and functionality of Army facilities, with an estimated start date of approximately May 30, 2025. Interested parties should direct inquiries to Bryan Thompson at bryan.e.thompson20.civ@army.mil or 520-687-5375, or Stephanie Howell at stephanie.m.howell2.civ@army.mil or 609-562-5335, and must adhere to the specified response date for proposals.
Bas-OPs contract at Ft. Benning, GA and AL
Buyer not available
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.
BRACKET,MOUNT,USIM
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of four units of a mounting bracket identified as "BRACKET, MOUNT, USIM." This procurement is categorized under the NAICS code 332510 for Hardware Manufacturing and involves the delivery of hardware supplies that are critical for military applications. Interested vendors are encouraged to submit their quotes, which must remain valid for 60 days post-closing, and should direct inquiries to James Benes at 717-605-4964 or via email at JAMES.J.BENES@NAVY.MIL. The solicitation emphasizes a total small business set-aside, with all contractual documents considered issued upon transmission by the government, and the anticipated delivery terms include FOB destination and compliance with specified quality assurance requirements.
CLO Office Tech Refresh
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide updated technology equipment for the Saudi Country Liaison Office (CLO) at Joint Base San Antonio, Lackland AFB, Texas. The procurement, designated as a 100% small business set-aside under NAICS code 334111, includes various computer workstations, monitors, printers, and scanners to replace outdated technology that is over six years old, ensuring operational efficiency for the Saudi CLOs. This initiative is crucial for maintaining the technological capacity necessary for effective mission support, with the contract award based on the lowest priced, technically acceptable quote. Interested bidders must submit their quotes by April 21, 2025, and are required to register with the System for Award Management (SAM) and comply with Trade Agreements Act regulations. For further inquiries, potential bidders can contact Deshawn Smith at deshawn.smith.4@us.af.mil or Carlos Castillo at carlos.castillo.11@us.af.mil.
FY25 Fort Cavazos Preventative Maintenance F/O
Buyer not available
The Department of Defense, through the Department of the Army, is soliciting proposals for the FY25 Fort Cavazos Preventative Maintenance F/O, which is an 8(a) Competitive IDIQ service contract. This procurement aims to secure facilities support services, specifically focusing on the maintenance of administrative facilities and service buildings at Fort Cavazos. The importance of this contract lies in ensuring the operational readiness and upkeep of essential military infrastructure. Interested vendors must submit their proposals by May 16, 2025, at 10:00 CDT, and can reach out to Sheila Banks at sheila.a.banks.civ@army.mil or Christopher Richie at christopher.a.richie.civ@army.mil for further inquiries.
Control Systems Governance Office Technical and Program Support
Buyer not available
The Department of Defense, specifically the U.S. Army's Control Systems Governance Office (CSGO), is seeking qualified contractors to provide technical and program support services. The procurement focuses on management and professional services, including program support, data integration, and operational technology expertise, aimed at enhancing control systems governance and compliance within the Army. This opportunity is particularly significant as it aims to establish a small business set-aside, contingent upon receiving responses from two or more qualified small businesses, with an anticipated contract duration of one base year and three optional years. Interested parties must submit their capabilities statements by April 14, 2025, and can direct inquiries to Lexus Robinson at lexus.r.robinson2.civ@army.mil or Stephen Fuller at stephen.b.fuller4.civ@army.mil.
W912HN25B4006 - Project Number: 097211, Construct Child Development Center, Fort Bragg, North Carolina
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is soliciting bids for the construction of a Child Development Center at Fort Bragg, North Carolina, under solicitation number W912HN25B4006. This project aims to create a facility for children aged six weeks to five years, featuring developmental learning modules, outdoor play areas, and various supporting facilities, all designed to meet Department of Defense standards for safety and sustainability. The contract, which is a Total Small Business Set-Aside with an estimated value between $25 million and $50 million, is expected to be awarded as a Firm-Fixed-Price contract, with proposals due by May 15, 2025. Interested contractors should contact Greg Graham at gregory.m.graham@usace.army.mil for further details and ensure they are registered in the System for Award Management (SAM) to be eligible for the award.
FA8604, Storage Aid System at Hurlburt Air Force Base, Florida, MMHS
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Storage Aid System at Hurlburt Air Force Base in Florida, under solicitation number FA8604-25-R-B015. This procurement involves the design, fabrication, installation, and testing of a storage aid system, with a total of nine line items outlined in the request for proposal (RFP). The project is critical for enhancing material handling capabilities at the base, and it is set aside exclusively for small businesses, adhering to FAR regulations regarding subcontracting limitations. Proposals must be submitted by 4:00 PM Eastern Daylight Time on April 25, 2025, and interested parties are encouraged to direct inquiries to Andrew Petersen at andrew.petersen.3@us.af.mil or by phone at 937-123-3456. All necessary documentation and specifications can be accessed through the SAM website, and contractors must be registered in SAM prior to award.
FORT MCCOY REPAIR BUILDING 100
Buyer not available
The Department of Defense, through the Mission and Installation Contracting Command at Fort McCoy, Wisconsin, is conducting market research for the renovation of Building 100. This project requires qualified contractors to provide all necessary labor, materials, facilities, and equipment, with an estimated project magnitude between $1,000,000 and $5,000,000. The government aims to set aside this procurement for small businesses, contingent upon receiving sufficient responses from qualified firms, including those in various socioeconomic categories. Interested parties must submit their responses by 09:00 AM Central Time on April 30, 2025, to Todd Dempsey at todd.a.dempsey.civ@army.mil, including specific information about their capabilities and business status.