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 under NAICS Code 541513 ($37M size standard). The contract will be a Firm Fixed Price (FFP) with a base year and four option years, plus a 30-day transition period. Proposals are due by April 3, 2026, at 10:00 AM EST.

Scope of Work

The contractor will provide non-personal services, including support and training, for 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). This support will benefit approximately 600 users across eight Army commands and six CONUS installations. Key tasks include developing business rules, mentoring staff, producing job aids, providing end-of-fiscal year surge support, and troubleshooting Interface Documents (IDOCs).

Contract Details

  • Contract Type: Firm Fixed Price (FFP)
  • Period of Performance: One base year (12 months) + four option years (12 months each), preceded by a 30-day transition-in period. Specific dates for CLINs start May 28, 2026, extending through May 27, 2031, for option years.
  • Place of Performance: Aberdeen Proving Ground, MD, and various CONUS locations (on-site or remote).
  • Set-Aside: 100% Small Business Set-Aside.
  • NAICS Code: 541513 (Computer Facilities Management Services) with a $37,000,000 size standard.

Key Requirements & Deliverables

Offerors must demonstrate at least 7 years of experience in the specified GFEBS functionalities within the last 10 years. The requirement is for one Full-Time Equivalent (FTE), an ERP Business/Architectural Specialist, who must possess a SECRET security clearance. Required Contract Data Requirements Lists (CDRLs) include Weekly Status Reports, Weekly Work Schedules, Business Process Flows, System Process Flows, Weekly Labor Hour Reports, Monthly Cost and Performance Reports, and an Annual Government Furnished Property Inventory Report.

Submission & Evaluation

Proposals must be submitted electronically in four volumes (Combined Technical/Management, Past Performance, Cost/Price, and Solicitation Documents) to Kristena Burleigh (kristena.m.burleigh.civ@army.mil) and Heather Caughorn (heather.m.caughorn.civ@army.mil). The award will be made to the Lowest Priced Technically Acceptable (LPTA) offer. Evaluation factors include Combined Technical/Management (Acceptable/Unacceptable), Past Performance (Acceptable/Unacceptable), and Cost/Price (completeness, reasonableness, realism). Offerors should submit 1-3 past performance efforts, with a maximum of six considered. Surge support CLINs have been added and must be priced. Questions were due by March 26, 2026.

Important Notes

Offerors must ensure their System for Award Management (SAM) information is current and includes the correct NAICS code. The 30-day phase-in period is separate from the 12-month base year. The government will accept 1872 hours per FTE for pricing proposals. No Past Performance Questionnaire (PPQ) is required.

People

Points of Contact

Kristena M. BurleighPRIMARY

Files

Files

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

Versions

Version 5
Combined Synopsis/Solicitation
Posted: Apr 3, 2026
View
Version 4Viewing
Combined Synopsis/Solicitation
Posted: Apr 2, 2026
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