Enterprise Architecture, Data, and Engineering (EADE) Recompete supporting USTRANSCOM, SDDC, and AMC
ID: HTC71125RD002Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEUS TRANSPORTATION COMMAND (USTRANSCOM)USTRANSCOM-AQSCOTT AFB, IL, 62225-5357, USA

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - IT MANAGEMENT SUPPORT SERVICES (LABOR) (DF01)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The United States Transportation Command (USTRANSCOM) is seeking qualified contractors for the Enterprise Architecture, Data, and Engineering (EADE) Recompete, aimed at enhancing logistics and transportation operations across its component commands. The procurement will focus on acquiring enterprise architecture, data management, and IT engineering services, which are critical for supporting Command and Control (C2), planning, and logistics systems. This initiative is essential for modernizing USTRANSCOM's capabilities and ensuring operational readiness through integrated architecture tools and data solutions. Interested small businesses must submit their feedback on the draft solicitation documents by October 11, 2024, with the final solicitation expected to be released around October 31, 2024. For further inquiries, contact Jordan Gerdes at jordan.m.gerdes.civ@mail.mil or Madalyn Lynn at madalyn.n.lynn.civ@mail.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement outlines the services required for USTRANSCOM's Enterprise Architecture, Data, and Engineering III contract. The key focus is to enhance the efficiency and collaboration in logistics and transportation operations across USTRANSCOM and its Transportation Component Commands (TCCs). Core services include enterprise architecture development, data management, engineering support, and the implementation of cloud-based solutions, guided by frameworks such as DoDAF and FEAF. The contractor is expected to meet Capability Maturity Model Integration (CMMI) Level III standards and conduct quarterly in-progress reviews. The contract's scope encompasses program management, enterprise architecture documentation, and data governance to support the Joint Deployment and Distribution Enterprise (JDDE). Compliance with cybersecurity norms and the reporting of incidents within specified timelines is a critical component. The document details requirements for systems engineering, Agile capability development, and data integration. Overall, this initiative aims to modernize and optimize the capabilities of USTRANSCOM's logistical and transportation systems, ensuring enhanced operational readiness and mission support through comprehensive data solutions and architectural frameworks.
    The document outlines the requirements for submitting past performance references for the USTRANSCOM Enterprise Architecture, Data, and Engineering (EADE) contract (HTC71125RD002). It mandates contractors to provide detailed information regarding their roles as either prime contractors or subcontractors, including contract types, total contract values, and points of contact. Each reference must address specific performance areas: identifying and resolving problems, experience in metadata and data architecture, and expertise in information services and enterprise engineering design support. The references should clearly explain how previous work relates to these performance areas, allowing evaluators to assess the contractor's qualifications and relevance for the contract. This document serves to ensure that submissions are comprehensive and aligned with the strategic objectives outlined in federal RFP processes, fostering informed selection of qualified contractors for essential government projects.
    The provided document is a Past Performance Reference Sheet related to the Enterprise Architecture, Data, and Engineering (EADE) RFP identified by HTC71125RD002. It requires the offeror to list their past contract performance, including contract numbers and associated task orders where applicable. The offeror must provide details for up to six contracts, including the names of prime or subcontractors, points of contact (POC) with their phone and email information, and the date the Past Performance Questionnaire was sent to clients. This information aims to establish the contractor's credibility and reliability based on previous experiences. By detailing past performance in various contracts, the document serves as a tool for evaluators to assess the offeror's qualifications and capacity to fulfill future government contracts, emphasizing the importance of documented experience in the competitive bidding process.
    The Past Performance Questionnaire is a critical component of the USTRANSCOM assessment process for contractor performance under contract HTC71125RD002, specifically in the area of Enterprise Architecture, Data, and Engineering (EADE). Contractors are required to provide evaluations based on key performance categories such as Staffing, Technical ability, Cost Control, and specific Key Areas including Enterprise Architecture and Data Management Support. Respondents must rate performance from Exceptional to Unsatisfactory and provide comments, particularly for ratings of Exceptional or below Satisfactory. The completed questionnaire is to be submitted by November 30, 2024, to designated USTRANSCOM contacts. This feedback, along with Contractor Performance Assessment Reporting System (CPARS) reviews, plays a crucial role in determining a contractor's suitability for future work, highlighting both strengths and areas needing improvement. The overall intent is to ensure accountability and enhance the quality of contractor services within federal frameworks, thereby reinforcing effective operations and project success across government initiatives.
    This document outlines the requirements and responsibilities associated with a contract involving access to Sensitive Compartmented Information (SCI) for the United States Transportation Command (USTRANSCOM). It specifies that contractors must hold a final TOP SECRET Facility Clearance and be accredited to work in a SCI facility prior to contract execution. Key security guidance is drawn from various Defense and Intelligence Community directives, ensuring strict adherence to personnel, information, and physical security protocols. The contract also mandates that contractor personnel must undergo specific training and must have a designated Facility Security Officer to oversee compliance with security measures. It details obligations related to the use of Portable Electronic Devices, the couriering of SCI materials, and the requirement for a secure and accredited SCI facility’s construction at contractor expense. Upon contract completion, procedures for debriefing and relinquishing government-issued credentials are clearly defined. The document emphasizes cooperation in security matters, warning that noncompliance could result in removal from the contract and revocation of security clearance. Overall, it conveys the government’s diligence in safeguarding sensitive information while working with contractors.
    The document outlines the Request for Proposal (RFP) for an Enterprise Architecture, Data, and Engineering (EADE) initiative, designated HTC71125RD002. It mandates that offerors complete various tables and attachments correctly to be eligible for award consideration. Key roles include Administration/Clerical, Applications Programmers, Data Architects, and various specialists, with specific responsibilities and qualifications listed for each. Offerors must submit labor category rates for a five-year period alongside escalation rates. Clear formatting guidelines require that only specified cells be completed to maintain calculation integrity. The RFP emphasizes compliance with federal regulations and underlines the importance of adhering strictly to completion instructions to avoid disqualification. The structure focuses on labor categorization and associated descriptions required for developing technical proposals, showcasing the need for specialized expertise in handling complex governmental projects. The proposal submission, if followed meticulously, aims to facilitate the acquisition of services that enhance architecture and data engineering across federal operations.
    The "Nondisclosure Agreement and Agreement for Reception and Control of Controlled Unclassified Information" serves as a standardized agreement for contractors involved with USTRANSCOM contracts, particularly regarding access to sensitive information during the proposal preparation for the EADE RFP. The agreement delineates responsibilities aimed at safeguarding Controlled Unclassified Information (CUI) from unauthorized disclosure, ensuring compliance with federal laws and regulations. Contractors must not share CUI except with authorized individuals, utilize the information solely for government-related purposes, and report any unauthorized disclosures. Furthermore, the document underscores the legal and administrative repercussions, including civil or criminal penalties, associated with violations. It includes clauses on information security, destruction requirements, and the enduring nature of obligations post-termination of access to CUI. The overarching aim of this agreement is to foster a secure environment for handling sensitive government information, protect governmental interests, and maintain contractor eligibility for future contracts.
    The document outlines the resources available for bidders involved in the Enterprise Architecture, Data, and Engineering (EADE) project under RFP HTC71125RD002. It features a structured Bidder’s Library Table of Contents that includes essential templates and guides necessary for project submissions. Key components include a Definition Writing Guide, Logical Data Model Narrative Template, and a System Resource Flow Matrix Model Template alongside its corresponding narrative. Additionally, it provides a System Requirements Spreadsheet Template, facilitating comprehensive documentation and clarity in project specifications. The purpose of this file is to streamline the proposal development process and ensure compliance with federal standards, streamlining the bidding process for federal grants and RFPs while aiding bidders in adequately presenting their qualifications and project plans. The organization of these materials signifies a well-structured approach intended to foster clear communication and consistency among stakeholders involved in the EADE project.
    The document pertains to the federal government's solicitation for a single-award indefinite delivery/indefinite quantity (ID/IQ) contract, emphasizing a unique phased evaluation and award process. The proposal submission process is detailed, specifying the need for a comprehensive proposal that includes technical, management, past performance, and pricing components. Offerors are instructed to present their best terms upfront, although discussions may occur if deemed necessary. The document delineates specific requirements for each proposal volume, with thorough criteria for evaluation, including certifications like CMMI Level III and various security provisions. Offerors must ensure compliance with specifics like organizational conflict of interest plans and past performance references, along with strict guidelines on submission formats and deadlines. The interaction between the government and offerors is tightly controlled, requiring written communication through designated channels. Each volume of the proposal is strictly organized, with page limits, ensuring clarity and conciseness. This document represents a structured approach to federal contracting, emphasizing thorough evaluation criteria and regulatory compliance, aiming to determine the most suitable contractor for the outlined services.
    The document outlines the evaluation process for bids in response to a government solicitation for commercial products and services under an indefinite delivery/indefinite quantity (ID/IQ) contract. It specifies that offerors must comply with all solicitation requirements, and failure to do so could disqualify them from the contract award. The evaluation will proceed in two phases: Phase I focuses on Technical Capability, while Phase II includes Technical Capability, Past Performance, and Cost/Price. The government employs a subjective tradeoff selection method, where factors such as technical capability are prioritized over cost, enabling the possibility of choosing a higher-priced proposal if deemed to offer significant benefits. The evaluation employs a color rating system for assessing proposal strengths, weaknesses, and risks, guiding decision-making based on relative importance. The government reserves the right to reject any proposals that deviate from solicitation terms and may choose not to award the contract at all. Comprehensive evaluations will include past performance assessments considering recency, relevancy, and quality, ultimately reflecting the evaluator’s confidence in an offeror's ability to fulfill contract obligations.
    The document outlines the instructions for a draft solicitation related to Enterprise Architecture, Data, and Engineering (EADE). It includes detailed guidelines for commenters to submit their feedback regarding various sections of the solicitation documents. The comment matrix requires classification of comments as Administrative, Substantive, or Critical, along with recommendations for revisions. An example comment mentions the need to verify the meaning of the acronym "BPMN." The solicitation refers to multiple federal regulations (FAR clauses), and various attachments including a Performance Work Statement (PWS) and past performance sheets that are essential for bidders. The structure promotes clarity and ensures all feedback can be appropriately categorized and addressed, facilitating a comprehensive review process. Overall, this document serves as a procedural framework designed to manage comments on the solicitation effectively, emphasizing the importance of accuracy and clarity in governmental procurement processes.
    Similar Opportunities
    Denton Cargo Re-compete Contract
    Active
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is seeking information from industry regarding the Denton Cargo Re-compete Contract, which aims to provide comprehensive technical support and resources for the movement of humanitarian cargo. The contract, scheduled to be effective on April 1, 2025, will require the contractor to manage logistics, coordinate interagency communication, and ensure compliance with regulatory requirements while utilizing the Defense Transportation System (DTS). This initiative is crucial for facilitating U.S. government operations in global disaster response scenarios. Interested parties must submit their capabilities and relevant experience by October 10, 2024, and can contact Nicholas A. Van Osdale or Zcheherah Macapinlac for further information.
    Stevedoring and Related Terminal Services - Jacksonville, FL
    Active
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is seeking information from potential contractors regarding Stevedoring and Related Terminal Services (S&RTS) at JAXPORT in Jacksonville, Florida, with plans to establish a contract by July 2025. The required services encompass comprehensive handling of Defense Transportation System (DTS) cargo, including receipt, disposition, and processing for multiple transportation modes, with operations potentially running 24/7 throughout the year. This initiative is critical for ensuring efficient military logistics and cargo management at designated marine terminals. Interested parties must submit their capabilities and relevant information by October 24, 2024, to Nashae J. Perez at nashae.j.perez.civ@mail.mil or Anthony J. Laudano at anthony.j.laudano.civ@mail.mil, as responses will inform USTRANSCOM's acquisition strategy.
    Sources Sought for Emergency Transportation on an ADHOC or Just Needed Basis
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers (USACE) - Rock Island District, is seeking qualified small businesses to provide emergency transportation services for flood fight supplies and equipment on an ad hoc basis. The procurement aims to identify logistics companies capable of mobilizing transportation within four hours and delivering essential materials such as pumps, sandbags, and barriers, primarily within the continental U.S., while adhering to strict operational protocols, including a two-hour response time for bids and compliance with adverse weather conditions. This initiative is crucial for ensuring timely resource availability to communities facing natural disasters, emphasizing the government's proactive approach to flood mitigation. Interested parties must submit their Capability and/or Product Statements via email to Allison Longeville by October 10, 2024, at 2 PM Central Time, with no reimbursement for costs incurred in response to this notice.
    Voluntary Tanker Agreement (VTA)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE US TRANSPORTATION COMMAND (USTRANSCOM) is seeking sealift services for the Voluntary Tanker Agreement (VTA). This agreement provides ocean transportation charter of clean bulk fuel product for worldwide ocean movements. The contract aims to minimize disruption of program participants' service to commercial customers and includes contingency operations in response to natural disasters, terrorists or subversive activities, or required military operations. Contractors can enroll specific tanker capacity into the VTA program, and subsidized capacity must be enrolled in an Emergency Preparedness Program. Interested parties should contact Shanda L. Lyman and Sarah Albers via email for more information.
    USSOCOM PEO-M DCS Multi-terrain Maintenance Trolley AE
    Active
    Dept Of Defense
    The Department of Defense, through USSOCOM PEO-Maritime (PEO-M), is seeking industry participation for the design and development of a multi-terrain maintenance trolley for the Dry Combat Submersible (DCS) program. The objective is to create a trolley that can operate effectively on rough and uneven terrain, providing maintenance and support capabilities similar to the existing OEM system, while being transportable by air, land, and sea. This initiative is crucial for ensuring operational readiness in diverse deployment environments. Interested parties must submit their capabilities by November 15, 2024, and can participate in a virtual Q&A session on October 29, 2024. For further inquiries, contact Ronald Reed at ronald.e.reed.civ@socom.mil or Juanita Bell at juanita.bell.ctr@socom.mil.
    Special Operations Aviation (SOA) Training, Readiness, Management Support (TRMS)
    Active
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the Special Operations Aviation (SOA) Training, Readiness, and Management Support (TRMS) contract. This procurement aims to provide comprehensive flight training and maintenance services to enhance the operational readiness of special operations aviation units, specifically supporting the U.S. Army Special Operations Aviation Command (USASOAC) and the 160th Special Operations Aviation Regiment (160th SOAR). The contract will cover a base period of 12 months with options to extend for up to four additional years, emphasizing the importance of maintaining high standards in military training and operational support. Interested parties should direct inquiries to Maegan Castro or Justin Burke via the provided email addresses, with proposals due by October 21, 2024.
    HQ AFMC/A4N Logistics, IT, & Enterprise Architecture Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Headquarters Air Force Materiel Command (AFMC), is seeking sources for Logistics, IT, and Enterprise Architecture support at Wright Patterson AFB, Ohio. The procurement aims to enhance data management and enterprise architecture within the logistics domain, focusing on integrating IT functions to improve decision-making and operational agility in military operations. This initiative is critical for modernizing Air Force logistics processes and systems, particularly in the context of Great Power Competition. Interested parties must submit a capabilities package by October 26, 2024, demonstrating their expertise and compliance with small business requirements under NAICS code 541519. For further inquiries, contact Dominic McClung at dominic.mcclung@us.af.mil or Lauren Love-Edwards at lauren.love-edwards@us.af.mil.
    Bremerhaven, Germany Tally and Checking
    Active
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is seeking proposals for stevedoring and related terminal services at the Port of Bremerhaven, Germany, under the solicitation number HTC71124RR008. The contract aims to provide comprehensive tallying and checking services for U.S. Government cargo, ensuring compliance with both U.S. and host nation regulations, and requires contractors to operate 24/7 while managing multiple operations efficiently. This procurement is critical for maintaining accountability in military logistics and is expected to span a five-year period from April 1, 2025, to March 31, 2030, with proposals due by October 11, 2024. Interested parties should contact Otto D. Roberts or Cassandra A. Range for further information and must adhere to the submission guidelines outlined in the RFP.
    EAGLE Fort McCoy, WI - W519TC-23-R-0119
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for logistics support services at Fort McCoy, Wisconsin, under Solicitation W519TC-23-R-0119. The contract, which is a Total Small Business Set-Aside, encompasses maintenance, supply, and transportation services essential for supporting the installation's training missions, adhering to stringent Army regulations and performance standards. This procurement is critical for ensuring operational readiness and efficiency within military logistics, with a contract duration of one year and options extending up to five years and six months. Interested contractors must submit their proposals electronically by October 15, 2024, and can direct inquiries to Tayler Kerr at tayler.m.kerr.civ@army.mil or Seth Fuller at seth.j.fuller2.civ@army.mil.
    Voluntary Intermodal Sealift Agreement (VISA) - 2024 Renewal
    Active
    Dept Of Defense
    Opportunity Overview: The primary purpose of this federal contract is to secure contingency sealift services for the Department of Defense (DOD) under the Voluntary Intermodal Sealift Agreement (VISA). The focus is on ensuring the availability of commercial shipping capacity for emergency deployments worldwide. VISA aims to establish partnerships with maritime companies to provide the DOD with efficient and flexible shipping solutions. The agreement offers incentives for companies to commit vessel capacity to the program, including priority for peacetime cargo contracts. Scope of Work: The key tasks for the awardee include: Committing a specified percentage of their maritime capacity to different stages of contingency operations, as outlined in the VISA Terms and Conditions. Providing detailed information about their vessels, including technical specifications, capabilities, and pricing, as detailed in the Carrier Vessel Information Sheet. Adhering to the agreed-upon capacity commitments, ensuring vessel availability, and maintaining the ability to fulfill DOD requirements within specified timeframes. Delivering, loading, and redelivering vessels as required, with potential charter periods of up to five years. Complying with international regulations, American Petroleum Institute (API) standards, and safety protocols for loading/discharging processes. Eligibility Criteria: Eligibility for this opportunity appears to be focused on maritime companies or operators possessing the following: A fleet of vessels capable of prompt deployment for contingency operations. Capacity and infrastructure to meet the required services, including a diverse range of vessel types. Experience and expertise in maritime transportation, preferably with a track record of working with the DOD or on similar contingency operations. Funding and Contract Details: The contract is expected to be firm-fixed-price, with an estimated value of between $500,000 and $36 million over the potential ten-year period of performance. The base period spans five years, from October 2024 to September 2029, with an optional five-year extension. The government has indicated a submission deadline of August 27, 2024. Submission Process: For current VISA participants, the process involves confirming their desire to remain in the program and submitting updated vessel commitment information. New participants must enroll online through the Maritime Administration (MARAD) website. All participants must provide the required vessel information and undergo a review/signature process with MARAD and USTRANSCOM. Evaluation Criteria: The government will evaluate submissions based on several factors: Alignment with VISA requirements, including capacity commitment levels and vessel suitability. Past performance and experience, demonstrating a successful track record in maritime operations and contingency support. Cost reasonableness and price competitiveness. Technical merit, safety features, and crew qualifications. Contact Information: For further clarification, interested parties can contact the primary point of contact, Shanda L. Lyman, at shanda.l.lyman.civ@mail.mil or 618-817-9484. A secondary contact is Lynn Fitzgerald at lynn.c.fitzgerald2.civ@mail.mil or 618-817-9451.