MATOC for USACE PROJECT & PROGRAM MANAGEMENT DELIVERY SUPPORT SERVICES
ID: W912HQ25R0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW4LD USA HECSAALEXANDRIA, VA, 22315-3860, USA

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - IT MANAGEMENT SUPPORT SERVICES (LABOR) (DF01)
Timeline
    Description

    The U.S. Army Corps of Engineers (USACE) is soliciting proposals for Project and Program Management Delivery Support Services under a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a maximum value of $47.6 million. The contract aims to enhance USACE's capabilities in delivering program and project support, focusing on Information Technology services, risk management, and compliance with cybersecurity standards. This opportunity is significant for contractors specializing in IT management support services, as it emphasizes the importance of effective project execution and quality assurance in federal contracting. Interested parties should direct inquiries to Doug Pohlman or Giorgiana Chen and submit proposals electronically by the specified deadline, with the performance period expected to commence in December 2024.

    Files
    Title
    Posted
    The document outlines a Performance Work Statement (PWS) for Project and Program Management Delivery Support Services for the U.S. Army Corps of Engineers (USACE). It aims to establish a multiple award task order contract to fulfill USACE’s mission in delivering program and project support, emphasizing Information Technology (IT) services, continuous improvement, and compliance with Defense Department cybersecurity standards. The PWS details essential tasks such as application operations, maintenance, and support, leveraging tools like the Oracle Cloud and implementing Agile development methodologies. Key responsibilities include managing application enhancements, cybersecurity documentation, data management, training support, and help desk operations. The contractor must ensure quality control, maintain documentation, and comply with various government regulations including those from NIST and the DoD. The contract's primary performance period spans from December 2024 to December 2025, with provisions for four option years. The document is structured into multiple sections, covering general requirements, special qualifications, specific tasks, security, and invoicing procedures, all aimed at enhancing operational efficiency and service delivery in the federal context.
    The Quality Assurance Surveillance Plan (QASP) is designed to systematically assess contractor performance for Project and Program Management Support Services in accordance with various federal regulations. The QASP aims to document and evaluate performance against the Performance Work Statement (PWS) standards, identifying effective surveillance methods and responsibilities. Key roles include the Contracting Officer (KO), who safeguards U.S. interests, and the Contracting Officer's Representative (COR), who provides ongoing technical oversight. The QASP outlines monitoring methods—including 100% inspection, random sampling, and customer feedback—and establishes a Surveillance Matrix for performance objectives and standards. It categorizes contractor performance into five ratings, from Excellent to Unsatisfactory, and mandates corrective actions for deficiencies. The flexible nature of the QASP ensures adaptability to the contractor's performance level and acknowledges potential uncontrollable circumstances. Ultimately, the QASP aims to uphold high service quality and facilitate communication between the government and the contractor to address performance issues promptly and effectively.
    The NAVFAC/USACE Past Performance Questionnaire (PPQ) is designed to evaluate contractor performance for federal projects. It requires contractors to provide detailed information about their firm, the scope of work, and the contractual context. The client completes the remaining sections, assessing the contractor's performance through ratings that reflect quality, schedule adherence, customer satisfaction, management effectiveness, cost management, safety, and overall compliance. Each section includes specific metrics with adjective ratings ranging from "Exceptional" to "Unsatisfactory," guiding the client's evaluation of the contractor's capabilities. Clients are encouraged to provide additional comments and insights about strengths, weaknesses, and other relevant performance information. The completed questionnaire is submitted by the contractor with their proposal, although clients can return it directly to USACE for verification purposes. The purpose of this document is to inform the evaluation process for government contracts, ensuring that past performance is a key factor in decision-making regarding future awards. This reflects best practices in federal procurement, emphasizing accountability and quality in project execution.
    The document outlines an Individual Subcontracting Plan for a company responding to federal solicitations, detailing strategies for partnering with small businesses. It specifies goals for subcontracting across various socioeconomic categories, including Small Disadvantaged Businesses, Veteran-Owned Businesses, and others, emphasizing compliance with Federal Acquisition Regulation (FAR) requirements. The plan includes estimated dollar values for the overall contract and subcontracting opportunities, breakdowns of expected subcontracted dollars, and methods for achieving and monitoring these goals. Key components include descriptions of the products and services to be subcontracted, the rationale behind the proposed subcontracting goals, and a plan for identifying potential subcontractors. Responsibilities of a designated Program Administrator are highlighted, encompassing policy development, maintaining bidder lists, and ensuring equitable opportunities for small business participation. The document also discusses record-keeping for compliance, good faith efforts in obtaining subcontractor services, timely payments, and the assurance of cooperation with regulatory requirements. Overall, this plan serves as a commitment to fostering small business inclusion in federal contracts, ensuring transparency and accountability throughout the contracting process.
    The Small Business Participation Plan outlines requirements for offerors submitting proposals exceeding $750,000 to detail their plans for engaging small businesses. It requires identification of the prime offeror’s business size and category, including classifications such as Small Disadvantaged, Woman-Owned, HUB Zone, Veteran-Owned, and Historically Black Colleges/Universities. Offerors must provide a percentage breakdown of total contract dollars designated for large and small businesses, ensuring these totals equal 100%. The plan must also specify the contributions of each type of small business and describe commitments to utilizing them, potentially through various agreements. Furthermore, large businesses must submit a separate Subcontracting Plan in alignment with their participation commitments. The document emphasizes accountability for past performance in small business subcontracting and mandates compliance with related Federal Acquisition Regulation (FAR) requirements. This framework is integral to federal grant applications and RFPs, promoting small business involvement and fair competition in government contracts.
    The document outlines a pricing worksheet for a federal Request for Proposal (RFP) involving contract labor and material costs over a potential five-year period, comprising one base year and four option years. The estimated costs for each contract line item (CLIN) are detailed, indicating that Labor tasks carry a fixed price of $0.00, while materials and travel expenses fluctuate in each year. For instance, the base year totals $42,500, option year 1 is priced at $85,500, and option year 2 at $71,200, with option years 3 and 4 each at $74,700, resulting in a collective total of $348,600 for the five years. Particularly, as labor costs are represented as zero, the focus seems to be on materials and travel costs, which are defined as not to exceed (NTE) amounts. Each option year has a category of labor tasks outlined, but with no expenditures allocated. This suggests that the labor requirements may be fulfilled internally or are yet to be determined. Overall, the structure of the document reflects standard practices for federal procurement, emphasizing budget allocation for materials and travel while indicating potential flexibility in labor resource deployment.
    This document identifies key personnel for a contractor's project under a federal government contract. It lists three roles: Program Manager, Project Manager, and Task Manager, each accompanied by an email address for direct communication. The clear designation of these roles is necessary for effective project management and accountability within government contracts. Properly identifying contacts supports efficient collaboration and facilitates communication as the project progresses, ensuring compliance with government standards and expectations for timely delivery of services and reporting. This structure underlines the importance of clear liaison in the context of federal RFPs and contracts, where precise roles can significantly impact project outcomes.
    The solicitation W912HQ25R0001, issued by the US Army Corps of Engineers, invites proposals for support services focusing on project and program management. The intended contract is an Indefinite Delivery, Indefinite Quantity (IDIQ) arrangement, comprising one base year and four option years, with a maximum value of $47.6 million. Key elements of the proposal include a technical approach, management and staffing plans, past performance, and a small business participation plan. Proposals must address the government’s requirements as outlined in the Performance Work Statement (PWS), focusing on risk management and service quality. Additionally, offerors are required to provide detailed methodologies and a staffing matrix, showcasing capabilities aligned with government needs. The document emphasizes the importance of electronic submission and clear formatting, with strict adherence to guidelines for proposal organization and content. All proposals should be submitted electronically by the due date, and any inquiries regarding the solicitation must be directed to specified contacts. The solicitation demonstrates the government’s commitment to engaging small businesses while maintaining high standards for performance and management in federal contracting. The culmination of these elements aims to ensure effective service delivery in compliance with government regulations.
    Lifecycle
    Similar Opportunities
    USACE HQ FY25 Quality Management Software
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking proposals for a Quality Management Information System (QMIS) to enhance quality management processes within the organization. The project encompasses a 10.5-month base year followed by four optional 12-month periods, requiring a comprehensive software solution that includes user access levels, automated workflows, and compliance with various ISO standards. This initiative aims to streamline operations, improve accreditation, and ensure adherence to established security measures, including FedRAMP certification for cloud vendors. Interested parties should contact Kate Behrens at Katherine.D.Behrens@usace.army.mil or Nicholas Moore at Nicholas.M.Moore@usace.army.mil for further details, with proposals due by the specified deadlines outlined in the solicitation document.
    Professional Services
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Louisville District is preparing to issue a Request for Proposal (RFP) for Professional Services related to Program Management Support and various other planning and management services. The procurement aims to assist the Army Reserve Installation Management Directorate and the Office of the Chief Army Reserves in their military programs across the United States and Puerto Rico. This opportunity is set aside for small businesses and will involve the award of up to three Indefinite Delivery Indefinite Quantity (IDIQ) Firm-Fixed-Price contracts, with a duration of six years from the contract award date. Interested parties should prepare to submit proposals that demonstrate past experience, performance, and quality management systems, with the solicitation anticipated to be released around October 15, 2024. For further inquiries, contact Laura Phillips-Payne at laura.phillips-payne@usace.army.mil.
    Indefinite Delivery Contract (IDC), Multiple Award Task Order Contract (MATOC) for Architect-Engineering (A-E) Services for Hydrologic and Hydraulic Engineering ($49M), supporting Civil Works Projects, Sacramento District (SPK)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified architect-engineering firms to provide hydrologic and hydraulic engineering services under an Indefinite Delivery Contract (IDC) valued at approximately $49 million. The procurement aims to establish a Multiple Award Task Order Contract (MATOC) to support Civil Works Projects within the Sacramento District and other districts in the South Pacific Division, focusing on water control manual development and related engineering services. This unrestricted acquisition will result in the award of approximately four Indefinite Delivery Indefinite Quantity (IDIQ) contracts, each with a minimum task order limit of $2,500 and a maximum of $6 million, with the majority of task orders expected to range from $150,000 to $6 million. Interested firms should note that the initial contracts are anticipated to be awarded around July 2025, and for further inquiries, they can contact Seth Teasdale at seth.k.teasdale@usace.army.mil or by phone at 719-366-1456.
    Navigation and Civil Works Data Analysis and System Support Professional Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for Navigation and Civil Works Data Analysis and System Support Professional Services under a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement aims to provide comprehensive data analysis and system support services, including maintenance of data systems, trend analysis, and development of automated information systems, particularly for the Lock Performance Monitoring System and Dredging Information System. This initiative is crucial for enhancing the efficiency and effectiveness of navigation and civil works projects managed by the Army Corps of Engineers. Interested parties must register in SAM.gov and submit their proposals electronically, with a maximum estimated contract value of approximately $49.9 million and a deadline for questions set for October 24, 2024. For further inquiries, contact David A. Kaplan at david.a.kaplan@usace.army.mil or Doug Pohlman at douglas.e.pohlman@usace.army.mil.
    USACE HQ FY25 Quality Management Software
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified vendors to provide Quality Management Software (QMS) for a contract that spans a base year of 10.5 months with four additional 12-month option years. The objective of this procurement is to secure subscriptions and licenses that will enhance quality management within USACE, streamline administrative processes, and facilitate risk management by centralizing key functions and providing visibility into activities. The software must support 151 dedicated users and 80 concurrent users, include customizable workflow capabilities, and provide comprehensive technical and consulting support, including adherence to various ISO standards. Interested parties should contact Kate Behrens or Nicholas Moore via email for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    AE Geotechnical Services IDIQ
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals from qualified architect-engineer firms for geotechnical engineering services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract within the Louisville District. The procurement aims to select a firm based on qualifications and relevant experience to conduct various geotechnical tasks, including soil drilling, laboratory testing, and foundation analysis, with a maximum contract value of $5 million over a five-year period. This opportunity is critical for ensuring the integrity and safety of military infrastructure in the region, emphasizing quality control and familiarity with local geological conditions. Interested firms must submit their proposals electronically by October 11, 2024, and are required to register in the SAM database for award eligibility; for further inquiries, contact Adyson Medley at adyson.medley@usace.army.mil or call 502-315-6211.
    W912BV24R0003
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for an Indefinite Delivery Contract (IDC) for architect-engineer services focused on hydrologic and hydraulic engineering/design, as well as related software development. This contract aims to support USACE's civil works mission, including flood risk management programs and various national and international initiatives. The total shared capacity for this Single Award Task Order Contract (SATOC) is set at $5,000,000, with a target of one contract reserved for small businesses. Interested firms must submit their proposals by November 18, 2024, at 10:00 AM CST, and can direct inquiries to Tyler Godwin at tyler.l.godwin@usace.army.mil or by phone at 918-669-7281.
    World Fleet Register Data for USACE Waterborne Commerce Statistics Center
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking proposals for a firm-fixed price contract to obtain comprehensive data on commercial vessels for its Waterborne Navigation Program. The primary objective is to gather detailed vessel information, including specifications such as vessel type, dimensions, and operational status, which will aid in evaluating waterway improvements critical for both domestic and foreign trade. This initiative emphasizes the importance of accurate vessel databases to enhance decision-making in waterway management, ensuring efficient navigation and trade operations. Interested parties must submit their proposals, including technical details and pricing, by October 21, 2024, and all inquiries should be directed to David A. Kaplan or Quan Nguyen via email.
    C--INDEFINITE DELIVERY CONTRACT FOR GEOTECHNICAL CORE DRILLING AND LABORATORY TESTING FOR THE JACKSONVILLE DISTRICT AREA OF RESPONSIBILITY (AOR)
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is seeking qualified architect-engineer firms to provide geotechnical core drilling and laboratory testing services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Jacksonville District area. The primary objective of this procurement is to perform geotechnical investigations and studies, including subsurface sampling, laboratory testing, and hydrogeological assessments, primarily within Florida and Georgia. This contract, valued at up to $15 million over five years, emphasizes small business participation and aims to enhance the capacity for environmental and geotechnical work in the region. Interested firms must submit their qualifications electronically by October 28, 2024, at 1:00 PM EDT, and can direct inquiries to Contract Specialist Isis S. Hill at isis.s.hill@usace.army.mil.
    UNRESTRICTED MULTIPLE AWARD TASK ORDER CONTRACT FOR MULTI-DISCIPLINE ARCHITECT-ENGINEER (A/E) SERVICES
    Active
    Dept Of Defense
    The Department of the Army, through the US Army Engineer District Charleston, is seeking qualified firms to participate in an Unrestricted Multiple Award Task Order Contract for Multi-Discipline Architect-Engineer (A/E) Services to support government agencies in the South Atlantic Division (SAD) region. The contract will primarily focus on engineering services as defined under NAICS code 541330, which encompasses a wide range of architectural and engineering tasks. This procurement is crucial for ensuring that the necessary engineering support is available to meet the diverse needs of government projects in the region. Interested firms must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by the specified deadline, and must be registered in the System for Award Management (SAM) to comply with federal requirements. For further inquiries, potential offerors can contact Michael Stiltner at michael.s.stiltner@usace.army.mil or by phone at 843-329-8045.