PKSOI Lessons Learned FY24-29
ID: W91QF024Q8004Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-CARLISLE BARRACKSCARLISLE BARRACKS, PA, 17013-5072, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- ADMINISTRATIVE: OTHER (R699)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army, is seeking quotations for a non-personal service contract to provide research and analysis support to the Peacekeeping and Stability Operations Institute (PKSOI) at Carlisle Barracks, Pennsylvania. The objective of this procurement is to identify and develop lessons learned related to Stabilization and Peace Operations (S&PO), which will enhance military effectiveness through insights and collaborative development in stabilization and peace processes. Interested contractors must be registered in the System for Award Management (SAM) and submit their proposals electronically by September 23, 2024, with inquiries accepted until September 6, 2024. For further information, potential offerors can contact Ashley Arensdorf at ashley.i.arensdorf.civ@army.mil or Bethany L. Flynn at bethany.l.flynn.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the evaluation criteria for Quotes received under a government Request for Quotes (RFQ), adhering to Low Price Technically Acceptable (LPTA) procedures. It specifies three main evaluation factors: Technical, Past Performance, and Price. 1. **Technical Factor**: Assesses understanding of tasks and qualifications according to the Performance Work Statement (PWS). Evidence can include resumes, writing samples, and published documents. 2. **Past Performance Factor**: Evaluates the likelihood of fulfilling the requirements based on previous performance. Three references from similar services within the last three years are mandatory. Evaluations focus on business relations, service quality, scheduling, and customer satisfaction, considering both the recency and relevancy of the past performance data. 3. **Price Factor**: While price itself isn't scored, it is analyzed for reasonableness and completeness. The evaluation may involve price analysis techniques to ensure fairness and balance, and to identify any unbalanced pricing that could indicate performance risk. This framework underscores the government’s commitment to comprehensively assessing contractor capabilities while ensuring value for taxpayer funds in procurement processes.
    The solicitation W91QF024Q8004 from the U.S. Army seeks quotations for research and analysis support to the Peacekeeping and Stability Operations Institute (PKSOI) at Carlisle Barracks, PA. This Full and Open Competitive Solicitation is conducted under FAR 13.5, with a submission deadline of 23 September 2024. Quotes must be emailed to designated contract personnel, with questions accepted until 6 September 2024. Contractors must be registered with SAM and submit specific representations and certifications. The contract involves providing non-personal services focused on Stabilization and Peace Operations (S&PO) lessons learned, including duties such as research, database management, and publication support. Key personnel are required to have substantial educational and professional qualifications in relevant fields, along with security clearance requirements. Deliverables include monthly lesson entries to the Joint Lessons Learned Information System (JLLIS) and various performance reports. Overall, the contract aims to enhance the effectiveness of military operations through lessons learned insights and collaborative development in stabilization and peace processes, emphasizing adherence to security, quality control, and inter-agency collaboration.
    The document outlines an RFQ (Request for Quotation) issued by the federal government aimed at establishing a firm fixed-price contract for services as dictated in the attached Performance Work Statement (PWS). It emphasizes that all potential contractors must be registered in the System for Award Management (SAM) before submitting proposals. It also notes that the Government retains the right to modify the PWS, including possible reductions or cancellations of services, which will be negotiated with the contractor. The RFQ includes essential attachments such as the PWS and various instructional addenda. Offerors must submit proposals electronically, adhering to a 35-page limit, excluding writing samples. Inquiries regarding the solicitation should be directed to the designated Contracting Specialist or Contracting Officer via specified email channels, with a submission deadline for questions set at 4:00 PM EST on September 23, 2024. The document highlights the importance of following instructions carefully to ensure compliance and facilitates proper communication regarding the RFQ process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USAWC CSL Data Literacy in Warfighting
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide support for the Data Literacy in Warfighting course at the U.S. Army War College in Carlisle, Pennsylvania. The contract entails developing curriculum, integrating unit-level mission command systems into training, and enhancing the data literacy of senior Army leadership, with a focus on operational-based exercises and ongoing research to update course materials. This initiative is crucial for improving strategic decision-making capabilities within military operations, aligning with the Army's broader data-centric objectives. Interested parties must submit their proposals by the deadline of September 12, 2024, with the contract period running from September 26, 2024, through March 25, 2030, including all option years. For inquiries, contact Lori Swade at lori.a.swade.civ@army.mil or Bethany L. Flynn at bethany.l.flynn.civ@army.mil.
    Army Financial Improvement (AFI) Program Support Services
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command – Aberdeen Proving Ground, is seeking proposals for the Army Financial Improvement (AFI) Program Support Services. This procurement aims to secure professional Federal accounting, auditing solutions, and change management support to help the Army achieve an unmodified audit opinion on its financial statements. The contract will be structured as a single award, indefinite delivery/indefinite quantity (IDIQ) with a maximum ceiling of $249,999,999.99 over a three-year period, from February 2025 to February 2028, including a 90-day transition-in period. Interested parties must submit their proposals by 10:00 AM ET on October 1, 2024, and direct any inquiries to Samantha L. Hannah at samantha.l.hannah2.civ@army.mil by September 5, 2024.
    Global Peace Operations Initiative Capacity Building Assistance in Malawi
    Active
    State, Department Of
    The U.S. Department of State is seeking a qualified small business to provide capacity-building assistance for the Malawi Defense Force (MDF) under the Global Peace Operations Initiative. The primary objective of this procurement is to enhance Malawi's ability to prepare, deploy, and sustain its peacekeeping forces through tailored training and mentorship, ensuring that the MDF can independently conduct pre-deployment training while adapting to evolving government requirements. This initiative is crucial for strengthening international peacekeeping efforts and fostering effective partnerships between the U.S. and Malawi. Interested offerors must submit proposals by the deadline following the solicitation's posting on or about August 28, 2024, and should direct inquiries to the IP Contracting Team at IPContractingTeam@state.gov or Holli Baker at BakerHC@state.gov.
    DPW Fire Detection and Suppression
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to perform Inspection, Testing, and Maintenance (ITM) on fire detection and suppression systems at Carlisle Barracks and the U.S. Army Heritage and Education Center in Pennsylvania. The procurement aims to ensure compliance with National Fire Protection Association (NFPA) and Unified Facilities Criteria (UFC) standards, thereby safeguarding building occupants and government assets. This contract, which is a Total Small Business Set-Aside, has an estimated total value of $286,500 over a base year and four option years, with quotes due by September 27, 2024, at 3:00 PM EST. Interested parties should direct inquiries to Lori Swade at lori.a.swade.civ@army.mil or Bethany L. Flynn at bethany.l.flynn.civ@army.mil.
    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.
    Uganda Peacekeeping Training
    Active
    State, Department Of
    The U.S. Department of State is seeking proposals for the Uganda Peacekeeping Training contract, aimed at enhancing the capabilities of the Uganda People’s Defence Forces (UPDF) in peacekeeping operations. This initiative, part of the Global Peace Operations Initiative (GPOI), focuses on providing specialized training, mentorship, and necessary equipment to support effective deployment and sustainability of peacekeeping forces in Uganda. The contract includes various training tasks such as Conventional Munitions Disposal, Tactical Medical Training, and Geospatial Mapping, emphasizing compliance with U.S. procurement regulations and the importance of building local capacity for regional peace and security. Proposals are due by September 17, 2024, with questions accepted until August 20, 2024; interested parties can contact Holli Baker at BakerHC@state.gov for further information.
    OPM-SANG Continental United States (CONUS) Schools Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Army Contracting Command-Rock Island (ACC-RI), is soliciting proposals for the Continental United States (CONUS) Schools Services program aimed at supporting the Saudi Arabian Ministry of the National Guard (MNG) International Military Students (IMS) and their dependents. The procurement seeks to provide assistance for these students in traveling to the United States for Department of Defense training and military education, while also fulfilling roles as Country Liaison Officers (CLO) and Assistant Country Liaison Officers (ACLO), in accordance with the Performance Work Statement (PWS). This initiative is crucial for facilitating international military education and fostering relationships between the U.S. and Saudi Arabia. Interested parties can reach out to John McDonald at john.e.mcdonald30.civ@army.mil or (520) 693-0106, or Thomas McKendry at thomas.w.mckendry.civ@army.mil or 602-723-4619 for further details.
    Program And Staff Services (PASS) Draft RFP
    Active
    Dept Of Defense
    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.
    DLA Commercial Solutions Opening (CSO) FY2024
    Active
    Dept Of Defense
    Solicitation DEPT OF DEFENSE DEFENSE LOGISTICS AGENCY is seeking commercial solutions for the DLAs Commercial Solutions Opening (CSO) FY2024. This opportunity is for national defense R&D services, defense-related activities, and experimental development under PSC code AC33. The place of performance is Philadelphia, PA 19111, USA. Interested offerors should submit Solution Briefs in response to the addendum Areas of Interest (AOIs), which may change at DLAs discretion. The CSO will remain open until March 11, 2025, with specific due dates for Solution Briefs specified in the corresponding AOI. For more information, contact Eugene Marrone at eugene.marrone@dla.mil or 2678580990.
    INDUSTRIAC S9X3000 & 450 kV CR NDT and INDUSTRIAC 3MPX002400 PM & Repair Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is planning to issue a service contract for maintenance and repair services related to the INDUSTRIAC S9X3000 & 450 kV CR NDT equipment located at Letterkenny Army Depot in Chambersburg, Pennsylvania, and the INDUSTRIAC 3MVX002400 X-Ray Machine at Crane Army Ammunition Activity in Indiana. The contract aims to ensure the operational readiness of these critical pieces of equipment through preventative maintenance, timely repairs, and staff training, which are essential for supporting military operations and adhering to safety standards. This procurement is a 100% Small Business Set-aside, with a solicitation number W911N2-24-R-0028 expected to be released around August 21, 2024, and proposals due by September 3, 2024. Interested parties should contact Kevin Duffy at kevin.a.duffy4.civ@army.mil for further inquiries and must be registered in the System for Award Management (SAM) to submit proposals.