USARC DEERS Support Services
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 Reserve Command (USARC), through the Mission and Installation Contracting Command – Fort Bragg (MICC-FB), plans to issue a solicitation for DEERS Support Services. This requirement involves providing personnel for the issuance, updating, and verification of Department of Defense (DoD) identification cards, including Common Access Cards (CAC), across thirty-three (33) CONUS and OCONUS locations. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. The Request for Proposal (RFP) is expected to be posted on or about May 15, 2026.
Opportunity Overview
The primary objective is to provide administrative support services for USARC DEERS/RAPIDS Identification Card Offices (ICOs). This includes staffing designated ICOs, processing ID issuance requests, managing cardstock and equipment, operating DEERS/RAPIDS systems, verifying eligibility, and maintaining records. The contractor will ensure compliance with relevant regulations (e.g., AR 600-8-14, 32 CFR PART 161, DODI 1000.13) and provide Site Security Manager (SSM) and Verifying Official (VO) support.
Key Requirements & Deliverables
The contractor will be responsible for:
- ID and CAC Card Management: Timely, accurate, and compliant issuance of ID/CAC cards, including processing input and updates in DEERS/RAPIDS within 15 minutes of customer arrival.
- System Updates: Accurate and timely updates to the Defense Enrollment Eligibility Reporting System (DEERS) and Real-Time Automated Identification System (RAPIDS).
- Documentation & Reporting: Developing customer service handouts, maintaining Site Rosters, providing weekly and monthly reports, and maintaining Site Standard Operating Procedures (SOPs) and Continuity Books.
- Personnel & Training: Ensuring qualified personnel, meeting extensive training requirements (e.g., Antiterrorism, OPSEC, Cyber Awareness, RAPIDS certification), and backfilling vacancies within 21 calendar days.
- Deliverables: Key deliverables include a Quality Control Plan (QCP), OPSEC Plan, Contractor Security Representative designation, CTIP Compliance Plan, Key Personnel designation, Post-Award/Periodic Progress Review Minutes, Trip Reports, SOPs & Continuity Book, CACMAT Assessment Reports, and Confirmation of SCR completion.
Contract Details
- Contract Type: Firm Fixed Price (FFP).
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB).
- Period of Performance: A base year from August 6, 2026, through July 5, 2027, with two (2) one-year option periods. A thirty (30) day phase-in period will begin on July 6, 2026.
- NAICS Code: 561110 (Small Business Size Standard: $12.5M).
- Place of Performance: Thirty-three (33) CONUS and OCONUS locations, including Puerto Rico, American Samoa, and Saipan.
Performance Standards
Performance will be measured against specific metrics, including:
- Timeliness: 85% of DEERS/RAPIDS inputs/updates within 15 minutes.
- Accuracy: 100% for DEERS/RAPIDS updates and ID card issuance.
- Quality: 95% for customer service handouts, 95% for Site Rosters, 95% for weekly/monthly reports.
- Training: 95% of employees with up-to-date required training.
- Productivity: Maintaining 90% or higher minimum productive hours at all sites.
- Vacancy Backfill: 100% within 21 calendar days. Failure to meet these standards will result in corrective action plans and may impact CPARS ratings.
Eligibility & Submission
This is a presolicitation notice; the RFP will be posted on or about May 15, 2026, on Contract Opportunities (sam.gov). Interested parties must regularly check sam.gov for updates and amendments. Offerors must be registered in the System for Award Management (SAM) at www.sam.gov and possess a Commercial and Government Entity Code (CAGE Code). Offerors must also represent in good faith that they are a small business vendor in accordance with FAR 19.301.
Points of Contact
- Sarah Jacques, Contract Specialist (Sarah.k.jacques.civ@army.mil)
- Casey Cambrin, Contracting Officer (Casey.n.cambrin.civ@army.mil)