General Funds Enterprise Business System (GFEBS) Support

SOL #: W91CRB-26-R-A014Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-APG
ABERDEEN PROVING GROU, MD, 21005-5001, United States

Place of Performance

Aberdeen Proving Ground, MD

NAICS

Computer Facilities Management Services (541513)

PSC

Support Services For Activities Involved With Application Development And Support To Include Analysis, Design, Development, Coding, Testing, And Release Packaging, As Well As Support Of Off The Shelf Business Applications. (DA01)

Set Aside

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

Timeline

1
Posted
Mar 20, 2026
2
Last Updated
Apr 3, 2026
3
Submission Deadline
Apr 3, 2026, 2:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG) is soliciting proposals for General Funds Enterprise Business System (GFEBS) Support Services for the U.S. Army Test and Evaluation Command (ATEC) at Aberdeen Proving Ground, MD, and its subordinate elements. This is a 100% Small Business Set-Aside with a Firm Fixed Price (FFP) contract anticipated. Proposals are due by 10:00 AM EST on April 3, 2026.

Scope of Work

The contractor will provide non-personal services, including support and training, for ATEC's GFEBS. This encompasses seven core GFEBS business processes: Financial (FI), Spending Chain (SC), Fund Management (FM), Sales and Distribution (SD), Accounts Receivable (AR), Reimbursable Accounting (RA), and Controlling (CO). Key tasks include developing GFEBS business rules, mentoring financial management staff, producing job aids, providing end-of-fiscal year surge support, and troubleshooting SAP IDOC errors. Support will cover approximately 600 users across eight Army commands and six CONUS installations. Contractor personnel must possess at least 7 years of experience in these GFEBS functionalities within the last 10 years, with specific expertise in SC processes, reimbursable processing, and Funds Management. One ERP Business/Architectural Specialist FTE is required, holding a SECRET security clearance.

Contract Details

This will be a Firm Fixed Price (FFP) contract with a base year and four option years. A 30-day phase-in period is separate from the 12-month base year. The anticipated period of performance starts May 28, 2026, and extends through May 27, 2031, if all options are exercised. The NAICS code is 541513 ($37M size standard). This is a Total Small Business Set-Aside. The incumbent contractor is Creative Solutions Consulting, Inc. (W91CRB-21-C-0011). Surge support CLINs (0014-0018) have been added, and offerors should price 1872 hours per FTE for proposals. Performance will be at ATEC Headquarters (APG, MD) and subordinate command elements, with potential for remote work and CONUS travel.

Submission & Evaluation

Proposals are due by 10:00 AM EST on April 3, 2026. Questions must be submitted by 09:00 AM EST on March 26, 2026. Submissions are electronic to Kristena Burleigh (kristena.m.burleigh.civ@army.mil) and Heather M. Caughorn (heather.m.caughorn.civ@army.mil). Proposals must be structured into four volumes: Combined Technical/Management, Past Performance, Cost/Price, and Solicitation, Offer and Award Documents and Certification, with page limitations for the first two. Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Evaluation factors include Combined Technical/Management (Acceptable/Unacceptable), Past Performance (Acceptable/Unacceptable), and Cost/Price (completeness, reasonableness, realism). Offerors must submit 1-3 past performances; a Past Performance Questionnaire (PPQ) is not required. Compliance with FAR 52.219-14, Limitations on Subcontracting, is mandatory.

Deliverables

Key deliverables include Weekly Status Reports (CDRL A001), Weekly Work Schedules (CDRL A002), Business Process Flows (CDRL A003), System Process Flows (CDRL A004), Weekly Labor Hours Reports (CDRL A005), Monthly Cost and Performance Reports (CDRL A006), and Annual Contractor Government Furnished Property Inventory Reports (CDRL A007). A Quality Assurance Surveillance Plan (QASP) will monitor performance.

Contact Information

Primary contact is Contract Specialist Kristena M. Burleigh at kristena.m.burleigh.civ@army.mil.

People

Points of Contact

Kristena M. BurleighPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 5Viewing
Combined Synopsis/Solicitation
Posted: Apr 3, 2026
Version 4
Combined Synopsis/Solicitation
Posted: Apr 2, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Apr 2, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Mar 30, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Mar 20, 2026
View
General Funds Enterprise Business System (GFEBS) Support | GovScope