General Funds Enterprise Business System (GFEBS) Support
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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), on behalf of the U.S. Army Test and Evaluation Command (ATEC), is soliciting proposals for General Funds Enterprise Business System (GFEBS) Support Services at Aberdeen Proving Ground, MD. This is a 100% Small Business Set-Aside under NAICS code 541513 ($37M size standard). The Government anticipates awarding a Firm Fixed Price (FFP) contract for a base year and four option years. Proposals are due by April 3, 2026, at 10:00 AM EST.
Scope of Work
The contractor will provide comprehensive support and training for ATEC's GFEBS, covering seven core 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, and supporting approximately 600 users across eight Army commands and six CONUS installations. Support will involve various training mediums, producing job aids, providing end-of-fiscal year surge support, and troubleshooting SAP IDOC errors. Personnel must possess at least 7 years of experience in GFEBS functionalities within the last 10 years and hold a SECRET security clearance. This is a non-personal services contract.
Contract Details
- Solicitation Number: W91CRB-26-R-A014
- Contract Type: Firm Fixed Price (FFP)
- Set-Aside: 100% Small Business Set-Aside (NAICS 541513, $37M size standard)
- Period of Performance: One base year plus four 12-month option years, with a 30-day transition period. Anticipated dates are May 28, 2026, through May 27, 2031.
- Surge Support: Amendment 0001 added CLINs 0014-0018 for surge labor, which must be priced.
- FTE Requirement: One (1) ERP Business/Architectural Specialist FTE is required, with 1872 hours per FTE for pricing proposals.
- Place of Performance: Primarily Aberdeen Proving Ground, MD, and ATEC subordinate command elements. Work can be on-site or remote, with travel to CONUS locations as needed.
- Incumbent: Creative Solutions Consulting, Inc. (W91CRB-21-C-0011).
Submission & Evaluation
- Proposals Due: April 3, 2026, 10:00 AM EST.
- Questions Due: March 26, 2026, 09:00 AM EST.
- Submission Method: Electronic submission to Contract Specialist Kristena Burleigh (kristena.m.burleigh.civ@army.mil) and Contracting Officer Heather Caughorn (heather.m.caughorn.civ@army.mil).
- Proposal Volumes: Combined Technical/Management, Past Performance, Cost/Price, and Solicitation/Offer/Award Documents.
- Evaluation Basis: Lowest-Priced, Technically Acceptable (LPTA). Technical/Management and Past Performance will be rated Acceptable/Unacceptable, while Cost/Price will be evaluated for completeness, reasonableness, and realism.
- Past Performance: Offerors should submit 1-3 past performances; a maximum of six efforts may be considered across experience and past performance factors. The Past Performance Questionnaire (PPQ) requirement has been deleted by Amendment 0001.
- Subcontracting: Offerors must comply with FAR 52.219-14, Limitations on Subcontracting.
Key Deliverables (CDRLs)
Required deliverables include Weekly Status Reports, Weekly Work Schedules, Business Process Flows, System Process Flows, Weekly Labor Hours Reports, Monthly Cost and Performance Reports, and Annual Government Furnished Property Inventory Reports.