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
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) has issued a Combined Synopsis/Solicitation (RFP W91CRB-26-R-A014) for General Funds Enterprise Business System (GFEBS) Support services. This is a 100% Small Business Set-Aside opportunity to provide non-personal services to the U.S. Army Test and Evaluation Command (ATEC) at Aberdeen Proving Ground, MD. The contract will be a Firm Fixed Price (FFP) type, with a base year and four option years. Proposals are due by 10:00 AM EST on April 3, 2026.

Scope of Work

The contractor will provide comprehensive support and training for ATEC's GFEBS, aiming to enhance user expertise in financial business practices. Key responsibilities include:

  • Supporting 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).
  • Assisting in the development of GFEBS business rules and processes, mentoring staff, and documenting these rules.
  • Providing training and assistance to approximately 600 users across six CONUS installations, utilizing various mediums (in-person, telephone, video conference, web conferencing).
  • Producing job aids for GFEBS transactions and reporting, and providing end-of-fiscal year surge support for contract close-out.
  • Analyzing and troubleshooting Interface Documents (IDOCs).
  • Contractor personnel must possess at least 7 years of experience in GFEBS functionalities within the last 10 years, with specific experience in SC processes, reimbursable processing, Fund Management, training delivery, and job aid production. A SECRET security clearance is required for ERP Business/Architectural Specialists.

Contract Details

  • Contract Type: Firm Fixed Price (FFP)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 541513 (Computer Facilities Management Services) with a $37,000,000 size standard.
  • Period of Performance: A base year and four option years, each 12 months, with a 30-day transition-in period. Anticipated start date is May 28, 2026, extending through May 27, 2031, if all options are exercised.
  • Place of Performance: Primarily Aberdeen Proving Ground, MD, with potential for remote support and travel to other CONUS locations.
  • Deliverables (CDRLs): Include Weekly Status Reports, Weekly Work Schedules, Business Process Flows, System Process Flows, Weekly Labor Hour Reports, Monthly Cost and Performance Reports, and Annual Contractor Government Furnished Property Inventory Reports.

Submission & Evaluation

  • Proposal Due Date: April 3, 2026, at 10:00 AM EST.
  • Questions Due Date: March 26, 2026, at 09:00 AM EST.
  • Submission Method: Electronically via email to Kristena Burleigh (kristena.m.burleigh.civ@army.mil) and Heather Caughorn (heather.m.caughorn.civ@army.mil).
  • Proposal Volumes: Combined Technical/Management, Past Performance, Cost/Price, and Solicitation, Offer and Award Documents and Certification.
  • Evaluation Criteria: Award will be made to the Lowest-Priced, Technically Acceptable (LPTA) offer. Technical/Management and Past Performance will be rated Acceptable/Unacceptable, while Cost/Price will be evaluated for completeness, reasonableness, and realism.
  • Eligibility: Offerors must comply with FAR 52.219-14, Limitations on Subcontracting, requiring that not more than 50% of the amount paid by the Government for contract performance be paid to subcontractors that are not similarly situated entities for services.

Additional Notes

The Quality Assurance Surveillance Plan (QASP) outlines the Government's monitoring procedures and performance standards. Government Furnished Equipment (GFE) and services will be provided as needed. Payment will be made via Wide Area WorkFlow (WAWF).

People

Points of Contact

Kristena M. BurleighPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Mar 20, 2026
General Funds Enterprise Business System (GFEBS) Support | GovScope