USMC Public Key Infrastructure (PKI) Support Services Industry Day Feedback & Attendance
ID: M0026425RFI0010Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDERQUANTICO, VA, 22134, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - NETWORK SUPPORT SERVICES (LABOR) (DG01)

Set Aside

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

    The Department of Defense, specifically the U.S. Marine Corps (USMC), is seeking qualified small businesses to provide Public Key Infrastructure (PKI) Support Services, with a focus on managing approximately 250,000 non-personnel certificates and 16,500 user tokens annually. The contractor will be required to maintain a full on-site presence at Marine Corps Base Quantico, Virginia, and must have certified personnel ready to commence work immediately, as no transition period will be provided. This procurement is critical for ensuring secure communications and operations within the DoD, emphasizing compliance with stringent security and auditing standards. Interested parties should contact Bradley Hoover at bradley.hoover@usmc.mil or Cynthia Guthridge at cynthia.guthridge@usmc.mil for further details, with a draft Request for Proposal (RFP) expected to be issued in Summer 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document lists individuals and their associated companies, likely associated with ongoing or upcoming federal and local Requests for Proposals (RFPs) or grants. It names representatives from various technology and consulting firms such as Booz Allen Hamilton, ECS, Leidos, and others, emphasizing a breadth of expertise in government contracting sectors, including technology solutions and consulting services. The diverse company representation suggests a competitive landscape for government contracts, indicating opportunities across numerous domains, such as information technology and management services. This compilation appears to serve as a directory to facilitate engagement in government RFPs and grants, underscoring the importance of collaboration and minority representation in pursuit of federal and state projects. Overall, the document reflects the interconnectedness of private sector capabilities with government requirements, aiming to enhance service delivery in public programs.
    The Performance Work Statement (PWS) outlines the necessary Public Key Infrastructure (PKI) support services for the Marine Corps Cyberspace Operations Group from 2025 to 2030. It details requirements for maintaining and managing the PKI systems crucial for secure communications and operations within the United States Marine Corps (USMC) both domestically and abroad. The primary objectives include staff augmentation, providing subject matter experts, ensuring compliance with training and security clearances, and managing various PKI tasks such as certificate generation and validation. The contractor must support operations at several key locations, ensuring reliable and secure PKI capabilities through extensive documentation, on-site training, and proactive audits. Security considerations mandate personnel to hold a minimum Secret-level clearance, reflecting the sensitive nature of the information managed. This document serves as an integral part of the federal request for proposals (RFPs), focusing on enhancing cybersecurity measures across the DoD, thereby illustrating the government's commitment to robust information assurance and operational security within military frameworks.
    The U.S. Marine Corps (USMC) is preparing a Request for Proposal (RFP) for a project centered on the management of public key infrastructure (PKI) certificates. The project anticipates handling approximately 250,000 non-personnel (NPE) certificates and 16,500 user tokens annually. The work requires full on-site presence at MCB Quantico, with limited telework options. The contractor must have certified personnel ready at the project’s commencement, with no transition period provided. The Government intends to set the solicitation as a 100% small business set-aside and plans to issue a draft RFP in Summer 2025. Training and facilities will be required twelve to fifteen times per year, and the contractor will need to comply with various security and auditing standards. Completed course materials will be available, and the Government emphasizes competitive bidding. The document details are aligned with general best practices for performance-based acquisitions, focusing on the need for specific qualifications and metrics to ensure effective service delivery. Overall, the RFP emphasizes strict compliance with DoD requirements while seeking to maximize competition and engagement from qualified vendors.
    The Marine Corps Installations National Capital Region has issued a Request for Information (RFI) to support the United States Marine Corps Cyberspace Operations Group. This RFI seeks input from potential businesses regarding their capabilities and the adequacy of available small business sources before proceeding with a formal acquisition process. Interested vendors must provide details about their organization, relevant NAICS codes, and any contract vehicles they hold. The RFI includes specific inquiries related to the draft Performance Work Statement (PWS), such as the extent of subcontracting needed, previous experience with similar work, and perceptions of restrictions or vagueness within the PWS. Responses should be submitted via email by February 13, 2025. This initiative serves as a preliminary market research tool to gather insights that will assist in finalizing the acquisition strategy for the required services.
    Similar Opportunities
    Trusted System SIPR Guard
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking procurement for the Trusted System SIPR Guard, which falls under the category of IT and Telecom - Security and Compliance Products. This opportunity aims to acquire hardware and perpetual license software necessary for the SIPR Guard system, which is crucial for maintaining secure communications within military operations. Interested vendors can reach out to the primary contact, Cynthia Bernardez, at cynthia.bernardez@usmc.mil or by phone at 760-830-5110, or the secondary contact, Patrick L. Doyle, at patrick.doyle@usmc.mil or 760-830-5115, for further details regarding the procurement process.
    M00264-26-RFI-001 Marine Corps Information Maneuver School (MCIMS)
    Dept Of Defense
    The Department of Defense, through the Marine Corps Information Maneuver School (MCIMS), is seeking sources for contract support to provide academic instruction and training in Civil Affairs (CA), Civil-Military Operations (CMO), and Information Operations (IO) planning. The objective is to identify qualified vendors capable of delivering curriculum development and course maintenance for various Military Occupational Specialties (MOS), including the CA MOS Course and CMO Planner, which are critical for preparing Marines for operational effectiveness. The current contract is held by Green Cell Consulting LLC, and the anticipated NAICS code for this opportunity is 611430, with a size standard of $15 million. Interested parties must submit their responses, including a capabilities statement and business details, by December 30, 2025, at 10:00 AM EDT, to Erin Silverthorn at erin.silverthorn@usmc.mil or Christa Eggleston-Scott at christa.eggleston-sc@usmc.mil.
    Commercial Kennels/Boarding Military Working Dogs
    Dept Of Defense
    The Department of Defense, through the Marine Corps Installations National Capital Region – Regional Contracting Office (MCINCR-RCO), is seeking vendors capable of providing kenneling and boarding services for 10 to 20 Military Working Dogs over a period of 24 to 48 months, with a requested start date of December 1, 2025. The facilities must be located within the immediate vicinity of Quantico, Virginia, and must meet specific requirements, including a minimum run size of 8x8, 24/7 access for military personnel, and no shared areas with other pets. This Request for Information (RFI) aims to gather industry feedback on capabilities, barriers to competition, and pricing structures, among other considerations. Interested vendors must submit their responses by 12:00 PM EST on November 13, 2025, via email to hal.d.jones@usmc.mil and sharon.palustre@usmc.mil, with submissions limited to four pages and including essential business details and responses to the RFI questions.
    IT and Telecom
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for IT and telecom services, including help desk support and productivity tools. This procurement aims to streamline the acquisition process for various commodities essential to naval operations, facilitating quicker responses to operational needs through multiple BPAs awarded to qualified vendors. The selected vendors will be required to submit a capabilities statement and must be registered in the System for Award Management (SAM) with a valid CAGE Code, with responses due by March 11, 2026. Interested parties can direct inquiries to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, and must include the synopsis number N6833525Q0321 in their correspondence.
    Pilot and Aircrew Curriculum Revision and Maintenance (PACRM) Multiple Award Contract (MAC) II
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking qualified sources for the Pilot and Aircrew Curriculum Revision and Maintenance (PACRM) Multiple Award Contract (MAC) II. This procurement aims to provide essential services for the revision and maintenance of training programs for Navy and Marine Corps personnel, ensuring the accuracy and currency of various curricula and electronic classroom systems. The PACRM MAC II will facilitate streamlined and responsive procurements to meet the long-term training needs of Naval and Marine Corps commands, as well as other government training support activities. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Kelly Stevens at kelly.m.stevens4.civ@us.navy.mil or call 407-380-4143 for further details, with the contract anticipated to be awarded by August 26, 2025.
    Multi-Channel Handheld Request for Information
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Systems Command (MCSC), is issuing a Request for Information (RFI) to gather industry feedback on a Multi-Channel Handheld (MCHH) capability. The MCHH is intended to meet Marine Corps operational requirements, including enhancements in National Security Agency (NSA) Communications Security (COMSEC) and improvements in size, weight, and power (SWaP) attributes, supporting both mounted and dismounted configurations for networkable command and control. Responses to this RFI, designated M67854-26-I-2011, are due by February 11, 2026, and should include detailed information on integrated solutions, device specifications, technological readiness levels (TRL of 6 or greater), reliability data, and existing government contracts. Interested parties can contact Ashley Northam at ashley.northam.civ@usmc.mil or Wanda Harner at wanda.harner@usmc.mil for further details and to request the attachment outlining specific operational requirements.
    Teams Integration
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the integration of Microsoft Teams as part of its IT and telecom network support services. This procurement aims to enhance communication and collaboration capabilities within the organization, reflecting the increasing reliance on digital communication tools in military operations. Interested vendors should direct their inquiries to Patrick L. Doyle at patrick.doyle@usmc.mil or by phone at 760-830-5115 for further details regarding the submission process and any associated deadlines.
    Wounded Warrior Outreach and Resource Support Services-Request for Proposal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the Wounded Warrior Outreach and Resource Support Services under Request for Proposal (RFP) M0026426R0001. The contractor will be responsible for providing comprehensive outreach and resource support services to approximately 35,000 wounded, ill, and injured Marines, Sailors, veterans, and their families, including program management, call center support, and field service support across various locations. This initiative is crucial for ensuring effective non-medical case management and resource advocacy, emphasizing strict adherence to privacy and confidentiality protocols. Interested parties must submit their proposals by the extended deadline, with inquiries directed to Bradley Hoover at bradley.hoover@usmc.mil or Cynthia Guthridge at cynthia.guthridge@usmc.mil.
    ACV-30 Turret ECP Support
    Dept Of Defense
    The Department of Defense, through the Marine Corps Systems Command, is seeking vendors capable of providing engineering support for the Amphibious Combat Vehicle (ACV)-30 Turrets, specifically the Kongsberg Defence & Aerospace (KDA) PROTECTOR Series Remote Turret – 20 (RT-20). The procurement aims to identify businesses with expertise in engineering change proposals (ECPs), including prototyping, testing, production operations, quality management, logistics updates, and field service representation for the ACV-30 turret system. This initiative is critical for sustaining and upgrading the ACV-30 Turrets from the third quarter of 2026 to the second quarter of 2028, ensuring operational readiness and effectiveness. Interested parties must submit their responses, including an executive summary detailing capabilities and past performance, by January 7, 2026, to Kendel Phillips at kendel.phillips@usmc.mil.
    1 NSN 1G MAINTENANCE KIT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking proposals for a maintenance kit identified by National Stock Number (NSN) 5935-01-344-1073, aimed at providing stock replenishment coverage for military depots. This procurement involves a firm-fixed price, Indefinite Delivery Contract (IDC) with a five-year base period, and is set aside exclusively for small businesses under the SBA guidelines. The maintenance kit is critical for ensuring the operational readiness of military equipment, with an annual demand quantity of 39 units. Interested vendors can expect the solicitation to be available around November 20, 2025, and should direct inquiries to Taura Mitchell at taura.mitchell@dla.mil or by phone at 614-692-9361.