Notice of Intent to Modify ESS VII MATOC to Increase Capacity
ID: PANHES-25-P-0000-002024Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYUS ARMY CORPS OF ENGINEERS

NAICS

Computer Systems Design Services (541512)

PSC

INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (N059)

Set Aside

Partial Small Business Set-Aside (FAR 19.5) (SBP)
Timeline
  1. 1
    Posted Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 10:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers, has issued a Notice of Intent to modify the Electronic Security Systems (ESS) Seventh Generation Multiple Award Task Order Contract (MATOC) to increase its capacity by $750 million, raising the total contract value to $1.425 billion. This modification aims to ensure the continuation of ESS services while preparing for a competitive solicitation for a multi-year contract projected for award in Fiscal Year 2028. The ESS work encompasses a range of services including site surveys, technical data preparation, procurement, installation, and maintenance of security systems, with a focus on compliance with Department of Defense standards. Interested firms must respond by 5:00 PM Central Time on April 21, 2025, providing their qualifications and capabilities to the designated contacts, Contract Specialist Nanette P. Hill and Contract Officer William G. Seelmann, via their respective email addresses.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Electronic Security Systems (ESS) Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide maintenance and repair services for Electronic Security Systems (ESS) at Fort Cavazos, Texas, under solicitation number W91151-25-Q-A018. The contract will be a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) agreement, focusing on the upkeep of the Integrated Commercial Intrusion Detection System (ICIDS), ensuring operational readiness and compliance with security protocols. This initiative underscores the critical importance of maintaining effective security measures at military installations, with a performance period extending from June 18, 2025, to June 17, 2030. Interested vendors must be DAQ ICIDS Certified VARs and are encouraged to contact Winston O. Franks at winston.o.franks.civ@army.mil for further details and submission guidelines.
Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
Buyer not available
The Department of Defense is seeking innovative approaches for its Bridge to Evolution STE TESS (BEST) Multi-Award Contract (MAC). The objective is to enhance and extend the functionality of the Army's tactical engagement simulation systems (TESS), aligning them with evolving training requirements. This procurement is divided into two lots. Lot 1 involves modifying existing TESS equipment to meet updated Army specifications, focusing on adaptability and future expansion. Lot 2 centers on developing and producing new TESS solutions, including dismounted, vehicle-mounted, and shoulder-launched munition systems. The government seeks to integrate emerging STE LTS TESS technology with the existing MILES TESS ecosystem, encouraging vendors to propose adaptable procedures and processes. The scope of work encompasses software and hardware modifications, production and delivery of TESS kits, and integration with the STE LTS TESS platform. The government aims to foster competition by avoiding solution-specific proposals and encouraging creativity in meeting the outlined objectives. Potential offerors are invited to provide feedback on the Draft Request for Proposal (DRFP), which outlines the requirements, Statement of Work (SOW), and evaluation criteria. The government seeks to revise and finalize the RFP based on industry responses, emphasizing efficiency and the removal of unnecessary requirements. Offerors should possess the capabilities and expertise to modify and produce TESS solutions, with a focus on past performance and technical merit. The contract is anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ) vehicle, attracting multiple awardees. The primary contact for this opportunity is Gloria Susie Hoybach, with additional inquiries directed to Roberto J. Gotay and Rafael A. Manzano. The deadline for feedback submission is 12:00 PM EST on 3rd June 2024, with the government aiming to release the final RFP shortly afterward. For this BEST MAC initiative, the Army seeks adaptable and cost-effective TESS solutions, leveraging industry feedback to shape the acquisition process.
PATRIOT Engineering Services (ESM) 2027 - 2032
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Land at Aberdeen, is seeking interested contractors to provide engineering services for the PATRIOT Weapon System Program from February 1, 2027, to January 31, 2032. The procurement aims to support a range of engineering activities, including program management, configuration management, product assurance, logistics, system engineering, maintenance engineering, product engineering, software engineering, and testing, essential for the modernization and integration of the PATRIOT system. Interested firms must demonstrate their expertise and experience in these areas and submit their qualifications to the Contract Specialist, Adam Sheir, at adam.d.sheir@dla.mil by 4:00 p.m. on May 7, 2025. This opportunity is a sources-sought announcement for planning purposes and does not constitute a solicitation.
Unrestricted Military & Civil A-E Services MATOC
Buyer not available
The Department of Defense, specifically the Department of the Army through the W071 Endist Omaha office, is preparing to issue a presolicitation for an Unrestricted Military and Civil Architect-Engineering (A-E) Services Multiple Award Task Order Contract (MATOC). This procurement aims to award up to five firm fixed price Indefinite Delivery Contracts (IDCs) with a total capacity of $200 million for A-E services related to studies, analysis, and design for military and civil projects within the USACE Northwestern Division. The projects will encompass various types of facilities and structures on military bases and federal installations, including new construction, renovation, and maintenance of facilities such as barracks and utilities. Interested firms must register in the System for Award Management (SAM) and keep their information current, as solicitation documents will be available on https://SAM.gov. For further inquiries, contact Susan Prater at susan.prater@usace.army.mil or Tyler P. Hegge at tyler.hegge@usace.army.mil, with the contract performance period set for five years starting from the award date.
CSS 88751 - Repair Light Fixtures
Buyer not available
The Department of Defense, specifically the Army Contracting Command New Jersey, is seeking qualified contractors to replace light fixtures in support of the 99th Readiness Division. The procurement will involve furnishing all necessary personnel, equipment, supplies, services, and materials as outlined in the forthcoming solicitation and Statement of Work. This project is categorized under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is set aside for 100% Small Business participation, with a projected contract value of up to $45 million. Interested parties should note that the solicitation number W15QKN-25-R-A078 is expected to be posted on PIEE/SAM.GOV around May 9, 2025, and are encouraged to contact Bryan Thompson at bryan.e.thompson20.civ@army.mil or Stephanie Howell at stephanie.m.howell2.civ@army.mil for further inquiries.
CSS 89308 - Replace Doors, Windows, and Vestibule
Buyer not available
The Department of Defense, specifically the Army Contracting Command New Jersey, is seeking a contractor to replace windows, doors, and vestibules in support of the 99th Readiness Division. This procurement will involve a total small business set-aside and requires the contractor to provide all necessary personnel, equipment, supplies, services, and materials as outlined in the forthcoming solicitation and Statement of Work. The project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, with a size standard of $45 million. The solicitation number W15QKN-25-R-A080 is expected to be posted on PIEE/SAM.GOV around May 9, 2025, and interested parties should monitor the site for updates and the actual due date for proposals. For further inquiries, potential bidders can contact Bryan Thompson at bryan.e.thompson20.civ@army.mil or Stephanie Howell at stephanie.m.howell2.civ@army.mil.
Virtual Secure Remote (ViSR) CSfC solution - 3 each
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking vendors to provide three Virtual Secure Remote End User Devices (ViSR EUDs) to enhance secure communication capabilities for its personnel. This procurement aims to replace two outdated systems and introduce a new device for the Real Estate division, ensuring classified information access for a dispersed workforce operating outside traditional secure facilities. The contract emphasizes the importance of maintaining secure connectivity while optimizing resources, with delivery required within 30 days of award to a designated logistics facility in Alexandria, VA. Interested vendors must submit their capability statements by 10:00 AM ET on May 12, 2025, to Giorgiana Chen and Selena Brooks via email, and any questions must be submitted by April 30, 2025.
Design-Build Maintenance and Repair Army Reserve (MRAR) of Equipment Concentration Site (ECS), B-56767, at North Cavazos, TX
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a Design-Build project focused on the maintenance and repair of the Equipment Concentration Site (ECS), B-56767, located at North Fort Cavazos, Texas. The project entails significant renovations to an existing facility, including upgrades to HVAC and electrical systems, compliance enhancements, and the construction of additional space to improve functionality and accessibility. This initiative is crucial for maintaining operational readiness and ensuring that the facility meets Department of Defense standards, with a contract value estimated between $10 million and $25 million. Interested small businesses must submit their qualifications by the specified deadlines, and inquiries can be directed to Bonny Dylewski at bonny.c.dylewski@usace.army.mil.
Cybersecurity Operations Facility
Buyer not available
The Department of Defense, specifically the Army Corps of Engineers, is soliciting bids for the construction of a new Cybersecurity Operations Facility at Fort Meade, Maryland. This three-story facility will serve the Navy and Marines, featuring secure open office spaces, operational areas, a large server area, and mission support areas including executive offices and training spaces, all equipped with redundant mechanical and electrical systems. The project is critical for enhancing cybersecurity operations and ensuring secure communications within military operations. Interested contractors can reach out to Aisha Boykin at aisha.r.boykin@usace.army.mil or Tamara Bonomolo at tamara.c.bonomolo@usace.army.mil for further details, with amendments to the solicitation having been issued on April 7 and April 10, 2025.
SOURCES SOUGHT NOTICE - UNACCOMPANIED ENLISTED PERSONNEL HOUSING (UEPH) JOINT BASE MYER-HENDERSON HALL (JBMHH) VIRGINIA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking qualified contractors for the construction of Unaccompanied Enlisted Personnel Housing (UEPH) at Joint Base Myer-Henderson Hall in Virginia. The project involves constructing standard design barracks to accommodate 200 soldiers, including essential facilities such as cybersecurity measures, fire protection systems, and energy monitoring controls, while also ensuring compliance with Department of Defense standards for antiterrorism and sustainability. This opportunity is significant for contractors experienced in large-scale construction projects, particularly in urban settings, with an estimated contract value between $100 million and $250 million. Interested parties must submit their qualifications by 11:00 AM EST on May 7, 2025, to the designated contacts, Amber Rose and Tamara Bonomolo, via email.