Search Contract Opportunities

Program Management Support for Developing Army Guidance on Treaty Compliance, Chemical & Nuclear Surety, and Countering Weapons of Mass Destruction (CWMD)

ID: PANAPG-25-P-0000-016424 • Type: Sources Sought • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Loading

Description

Request for Information: Program Management Support for Developing Army Guidance on Treaty Compliance, Chemical & Nuclear Surety, and Countering Weapons of Mass Destruction (CWMD)

INTRODUCTION

The Army Contracting Command- Aberdeen Proving Ground (6515 Integrity Court, APG, MD on behalf of the Headquarters, Department of the Army (HQDA), Office of the Deputy Chief of Staff (ODCS), G-3/5/7, Department of the Army Military Operations Treaty Compliance and Surety Program Oversight Manager (DAMO-SSD); Deputy Assistant Secretary of the Army for Environment, Safety and Occupational Health (DASA(ESOH)); U.S. Army Nuclear and Countering Weapons of Mass Destruction Agency (USANCA) is issuing this source sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirements as defined in the PWS.

Based on the responses to this Request for Information and additional Market Research, this requirement may be set aside for Small Businesses (in full or in part) or procured through Full and Open Competition, or multiple awards may be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

PLACE OF PERFORMANCE:

See the attached draft Performance Work Statement (PWS)

DISCLAIMER

This Sources Sought is for Informational Purposes ONLY. This is not a Request for Proposal or RFP to be submitted. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. Responses will not be returned to the responder. Not responding to this notice does not preclude participation in any future Request for Quote, Invitation for Bid, or Request for Proposal, if one is issued. If a solicitation is released, it will be synopsized on the Government-wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement.

PROGRAM BACKGROUND

See the attached PWS.

REQUIRED CAPABILITIES

The Contractor shall provide technical subject matter expertise to assist the Treaty Compliance and Surety Division (DAMO-SSD) and the U.S. Army Nuclear and Countering Weapons of Mass Destruction (CWMD) Agency (USANCA), both of which are within the Deputy Chief of Staff (DCS), Army G-3/5/7, Strategy, Plans and Policy Directorate (DAMO-SS), as well as the Deputy Assistant Secretary of the Army for Environmental Safety & Occupational Health (DASA/ESOH)*, with strategic analysis, guidance development, policy implementation & compliance, resource management, and program oversight.

The focus is to support the DAMO-SSD, USANCA and DASA(ESOH) missions by providing long-term continuity with specific emphasis on four (4) broad areas: a) conventional, chemical, biological, and nuclear arms control treaties & agreements, associated emerging technologies, and export control regimes; b) chemical & nuclear surety; c) CWMD; and d) continuous assessment of the requirements and capabilities in the Planning, Programming, Budgeting, and Execution (PPBE) of the Army's Treaty Compliance and Surety resource management (RM) responsibilities, and provision of staff support to assist in fulfilling these responsibilities.

All performance expectations, deliverables, and personnel education, experience, and security clearance requirements are clearly delineated in the Performance Work Statement (PWS). Execution of these deliverables requires in-depth technical knowledge across the treaty, surety, CWMD, and RM domains, experience working a high-volume mission that demands rapid response to multiple tasks from multiple sources, as well as understanding of HQDA, Joint ]Staff, Office of the Secretary of Defense, and Interagency operations.

Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1).

If your organization has the potential capacity to perform these contract services, please provide the following information:

1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and

2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.

The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.

ELIGIBILITY

The applicable NAICS code for this requirement is 541990 [SW1] All Other Professional, Scientific, and Technical Services with a Small Business Size Standard of $16,500,000. The Product Service Code is R406, Support Professional: Policy Review/Development Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.

ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)

A draft Performance Work Statement (PWS) attached

Interested parties are requested to submit a capabilities statement in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 12 pm, EST, 26 August 2025. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Abosede Olasupo, in either Microsoft Word or Portable Document Format (PDF). All responses under this Sources Sought Notice must be submitted via e-mail to abosede.o.olasupo.civ@army.mil.

This documentation must address at a minimum the following items:

1. Vendor's business name, point of contact, address, and DUNS number.

2. Size and type of ownership (Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern) under NAICS 541990. Please state whether your business is in the 8(a) program.

3. A statement or explanation of the company's background, core competencies and technical expertise, experience, and other capabilities that demonstrate the company's ability to perform the required services identified in the PWS.

4. What type of work has your company performed in the past in support of the same or similar requirement?

5. Can or has your company managed a task of this nature? If so, please provide details.

6. What specific technical skills does your company possess which ensure capability to perform the tasks?

7. Does your company believe a different NAICS or PSC code should be considered for this PWS? If so, please provide recommendations with supporting rationale.

8. Does this Performance Work Statement (PWS) provide sufficient information for you to submit a proposal? If not, what additional information is required.

Are there any ambiguities that require clarification?

Are the standards of performance clear?

Are there additional standards that should be incorporated?

9. Which elements or proportions of the PWS would your company subcontract rather than perform with your own resources?

10. How long would it take your organization to support this work and to transition in?

11. How long would it take your organization to provide a proposal?

12. Please note that if the solicitation were conducted as a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in the PWS for the base and option periods.

The estimated period of performance for this requirement is one (1) base year of twelve (12) months and four (4), one (1) year option periods. Inclusive dates with all options are 29 Jan 2026 thru 28 Jan 2031.

The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement.

Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.

All data received in response to these Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.

No phone calls will be accepted.

All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.

Background
The Army Contracting Command at Aberdeen Proving Ground is seeking market research to identify interested parties capable of supporting the requirements outlined in the Performance Work Statement (PWS) for Program Management Support related to Treaty Compliance, Chemical & Nuclear Surety, and Countering Weapons of Mass Destruction (CWMD). This initiative is led by the Headquarters, Department of the Army (HQDA), specifically through the Office of the Deputy Chief of Staff (ODCS), G-3/5/7. It involves multiple agencies including the U.S. Army Nuclear and CWMD Agency (USANCA). The goal is to ensure compliance with international treaties and enhance operational capabilities.

Work Details
The contractor will provide technical subject matter expertise to assist the Treaty Compliance and Surety Division (DAMO-SSD) and USANCA in several key areas:

1) Support for arms control treaties and agreements, including emerging technologies and export control regimes.
2) Expertise in chemical and nuclear surety.
3) Assistance in CWMD efforts.
4) Continuous assessment of requirements and capabilities within the Planning, Programming, Budgeting, and Execution (PPBE) framework related to Treaty Compliance and Surety resource management responsibilities.

The contractor must demonstrate in-depth knowledge across treaty compliance, surety programs, CWMD, and resource management domains. They will also be responsible for delivering performance expectations as detailed in the PWS, which includes personnel qualifications, security clearances, training requirements, quality control measures, travel obligations, and participation in progress meetings.

Period of Performance
The estimated period of performance is one base year of twelve months with four additional one-year option periods from January 29, 2026 to January 28, 2031.

Place of Performance
The specific geographic locations for contract performance are not explicitly stated but may include various locations as determined by task requirements.

Overview

Response Deadline
Aug. 26, 2025, 12:00 p.m. EDT Past Due
Posted
Aug. 12, 2025, 3:12 p.m. EDT
Set Aside
None
Place of Performance
Washington, DC United States
Source

Current SBA Size Standard
$19.5 Million
Pricing
Multiple Types Common
Est. Level of Competition
Low
Odds of Award
26%
On 8/12/25 ACC Aberdeen Proving Ground issued Sources Sought PANAPG-25-P-0000-016424 for Program Management Support for Developing Army Guidance on Treaty Compliance, Chemical & Nuclear Surety, and Countering Weapons of Mass Destruction (CWMD) due 8/26/25. The opportunity was issued full & open with NAICS 541990 and PSC R406.
Primary Contact
Name
Abosede Olasupo   Profile
Phone
None

Documents

Posted documents for Sources Sought PANAPG-25-P-0000-016424

Opportunity Assistant

Incumbent or Similar Awards

Contracts Similar to Sources Sought PANAPG-25-P-0000-016424

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought PANAPG-25-P-0000-016424

Similar Active Opportunities

Open contract opportunities similar to Sources Sought PANAPG-25-P-0000-016424

Experts for Program Management Support for Developing Army Guidance on Treaty Compliance, Chemical & Nuclear Surety, and Countering Weapons of Mass Destruction (CWMD)

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC-APG
FPDS Organization Code
2100-W91CRB
Source Organization Code
500043793
Last Updated
Sept. 10, 2025
Last Updated By
abosede.o.olasupo.civ@army.mil
Archive Date
Sept. 10, 2025