Request for Information: New Modern Software for Defense Multiple Award IDIQ
ID: 2024DCCOE005Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYACC-APG

NAICS

Custom Computer Programming Services (541511)
Timeline
    Description

    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking responses for a Draft Request for Proposal (RFP) related to a Multiple Award Indefinite Delivery Indefinite Quantity (MAIDIQ) contract for Modern Software Development (MSD). The procurement aims to enhance the Army's software capabilities through custom software solutions, integration of existing systems, and modernization of software security, while adhering to agile methodologies and modern software practices such as DevSecOps and CI/CD. This initiative is critical for improving operational effectiveness and ensuring the Army's competitive advantage in software development. Interested parties must submit their feedback via the Comment Matrix by 10:00 AM on October 25, 2024, to the designated email address, with further details available in the attached documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a response to a Request for Proposals (RFP) focused on modern software development for the Army. It addresses inquiries related to company qualifications, including required clearances, certifications, and accounting systems. The Army is considering a multi-phased source selection approach, emphasizing corporate experience and past performance. Key discriminators for vendor evaluation in phase two are sought, alongside recommendations for flexible contract types and innovative on-ramping procedures. The document discusses the Army’s preference for tech challenges over demonstrations in evaluation processes and their intent to establish labor category pricing for efficiency in task order execution. It also solicits insights on Agile performance metrics suitable for evaluating contractor performance. Responses should address staffing timelines for project execution and the feasibility of conducting development within a Government-Owned Contractor Operated Ecosystem. This initiative reflects the Army's commitment to effectively leveraging modern software development approaches in securing skilled contractors capable of fulfilling mission requirements quickly and efficiently.
    The document outlines a government inquiry regarding feedback from the industry on the establishment of separate contract pools for the MSD program, specifically distinguishing between CAS covered and Non-CAS covered contractors. It explores potential benefits and risks associated with both separate and single pools. Benefits of separate pools include targeted allocations and possibly improved management, while risks may involve decreased competition or inefficient resource use. Conversely, a single pool could result in increased competition and streamlined operations but may also risk overwhelming resources and diluting contract management. The government seeks opinions on the adequacy of having 6-16 total IDIQ contract holders to allow for proper scaling, while also considering if 3-8 contract holders per pool in a two-pool environment would be suitable. Overall, the document emphasizes the government's aim to gather comprehensive stakeholder feedback for effective contract vehicle structuring in support of the MSD program, aiming to ensure optimal functionality and accountability for federal and state-local contracting purposes.
    The government is soliciting information from companies interested in bidding for a project under RFP guidelines. It seeks to identify small businesses classified under NAICS-541512 and evaluate their software development capabilities. Key questions address the company's experience with modern software development practices and successful project deliveries, the tools utilized within its Continuous Integration/Continuous Deployment (CI/CD) pipeline, measures taken to ensure software security, and requests for examples of past projects relevant to the anticipated Multiple Award Indefinite Delivery Indefinite Quantity (MAIDIQ) contract. This document serves as a preliminary assessment to gauge bidder qualifications and alignment with the project requirements, emphasizing the need for documented experience and security awareness in software development endeavors.
    The government is soliciting feedback from businesses regarding the hosting of their own environments for evaluating technical challenges in response to RFPs. Specifically, the inquiry focuses on the advantages and disadvantages of this approach and whether businesses would prefer utilizing their own setups or a government-provided environment in IL-2. The document also requests recommendations on specific requirements related to software, labor, time, delivery methodologies, Integrated Development Environments (IDEs), platforms, and hosting technologies. These guidelines aim to ensure fairness for all bidders and facilitate effective and efficient adjudication by government officials. The emphasis on gathering extensive feedback reflects the government’s commitment to fostering a competitive environment and maximizing the effectiveness of its procurement processes.
    The document outlines the ACC-APG's Digital Capabilities Contracting Center of Excellence's (DC3oE) quarterly digital advanced planning briefing to industry, focusing on the upcoming Modern Software Development (MSD) Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract. It aims to improve Army software procurement by addressing existing challenges such as attracting qualified talent, ensuring the capabilities of awarded contractors, and expediting task order awards. Key solutions involve introducing stacked labor categories, conducting technical challenges for offerors, and utilizing streamlined procedures like Statements of Objectives (SOO) and oral presentations to accelerate the procurement process. The anticipated timeline includes a draft RFP release in July 2024, a final RFP in October 2024, with proposals due by November 2024 and IDIQ awards by February 2025. This initiative is expected to enhance software development capabilities while fostering a competitive environment that rewards performance and efficiency in providing services to the Army. The briefing emphasizes the importance of proper incentivization and the agile adaptation of contracting practices to meet modern needs.
    The Performance Work Statement (PWS) outlines the Multiple Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) for Modern Software for Defense (MSD), which aims to facilitate the U.S. Army's software development needs. The contract encompasses custom software solutions, integration of existing software, modernization of software security, and automation of hosting operations. Defined objectives include access to agile vendors, adherence to modern software practices—which include DevSecOps, CI/CD methodologies, and software metrics—and collaboration with the government through an established framework. Emerging technologies are incorporated to ensure adaptability in software solutions, increasing efficiency and security. The document specifies compliance with various regulatory requirements regarding contractor performance and security clearances. Furthermore, it emphasizes the importance of Agile methodologies and includes plans for human-centered design, making the software intuitive for end users. The PWS also mandates rigorous testing and metrics tracking throughout software development to enhance quality and responsiveness. This detailed framework supports the Army's mission of delivering cost-effective software capabilities expediently, reinforcing its commitment to modernization in software practices.
    The file details a comprehensive set of job roles, their qualifications, certifications, and key skill requirements for a government institution. These roles fall into three categories: Technical, Functional, and Stacked. The Technical roles, such as Software Developer and Cloud Engineer, require bachelor's degrees and specific certifications in fields like computer science and engineering, with expertise in areas like programming languages, cloud services, and DevOps. The Functional roles, including UI/UX Designer and Project Manager, emphasize skills in design, analysis, and management. The Stacked roles are reserved for multi-disciplined individuals who can work across different technical domains, requiring demonstrated experience in multiple technical career fields. The file also outlines the required skill levels, such as Junior, Senior, and Specialist, and the corresponding education and experience needed for each role. Lastly, it provides examples of how individuals might qualify for these roles and the government's strict evaluation process for role placement.
    The Performance Work Statement (PWS) details the requirements for a Multiple Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract for Modern Software Development aimed at supporting the U.S. Army’s software enablement goals. The contract emphasizes the use of agile methods, software metrics, DevSecOps, CI/CD processes, digital engineering practices, and adherence to data centricity principles to enhance software solutions. Key objectives include establishing competitive contractor rates, ensuring high-quality performance, and adapting emerging technologies relevant to software development. The contract mandates stringent quality assurance protocols, including a Quality Assurance Surveillance Plan (QASP) to evaluate contractor performance, and stipulates comprehensive security clearance and operational requirements. Services provided encompass custom software development, adaptation of existing solutions, software security measures, modernization of operations, and leveraging digital engineering and data practices. The contractor is responsible for all contractor-furnished items and must comply with governmental protocols for service reporting and data rights, ensuring that all materials produced remain the property of the Government. This contract serves as a vehicle for the Army to competitively access innovative software solutions and addresses ongoing technological advancements necessary for current and future operational needs.
    The government document outlines a Request for Proposal (RFP) for a Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contract focused on Modern Software Development, primarily for the U.S. Army. The proposal emphasizes streamlining the issuance of task orders to meet software enablement needs using agile methodologies, DevSecOps practices, and modern testing strategies. The contract features a five-year base ordering period with a potential five-year option, allowing for diverse cost structures including Cost-Plus-Fixed-Fee, Firm Fixed Price, and Time-and-Materials orders. Labor categories, specified in attached documents, standardize compensation and duties among contractors to ensure accurate forecasting and tracking of expenses. Key sections highlight requirements for quality performance metrics, which are pivotal for contractor payments, and allow for comprehensive deliverable and reporting standards. Additionally, the document includes provisions for subcontractor participation, promoting the use of small businesses, and outlines a system for on-ramping and off-ramping contractors based on performance evaluation. Overall, this IDIQ aims to innovate and modernize software solutions while maintaining a robust structure for contractor selection, accountability, and financial management within federal procurement standards.
    The Army Contracting Command – Aberdeen Proving Ground (ACC-APG) is seeking input for a new Multiple Award Indefinite Quantity Indefinite Delivery (IDIQ) contract focused on Modern Software Development. The initiative aims to enhance the Army's software capabilities, crucial for military operations, weapons systems, and cybersecurity. The contract will encompass software enablement efforts, including custom software development, integration, Software as a Service (SaaS), and security modernization, all under a potential ceiling exceeding $1 billion over a 10-year span. ACC-APG is soliciting feedback on its proposed contract strategy, objectives, and specific inquiries to refine the phased source selection for awarding the contract. The evaluation process will prioritize technical experience, management plans, and past performance, over cost factors. The approach also anticipates on-ramping and off-ramping contractors based on their performance. A primary goal is to implement modern software development practices, utilizing continuous integration and agile methodologies, ensuring rapid task order execution and effective collaboration among contractors. The RFI emphasizes that responses are exploratory and not binding, aiming to inform contract development while clarifying the Army's software modernization objectives.
    The Request for Proposal (RFP) W9128Z-25-R-XXXX, issued by the Army Contracting Command, seeks contractors for a Multiple Award Indefinite Delivery Indefinite Quantity (MAIDIQ) contract focused on Modern Software for Defense (MSD). This initiative aligns with the Department of Defense’s software modernization strategy and aims to support the U.S. Army in utilizing agile methods, DevSecOps, and cloud technologies for resilient software capabilities. The contract includes various types of orders, from fixed-price to labor hour and cost-reimbursable arrangements, emphasizing performance metrics tied to "Very Good" standards for payment eligibility. The MAIDIQ is structured to facilitate streamlined procurement, allowing for software delivery through modern frameworks and supporting rapid technology adoption. Key contract administration elements include obligatory participation from contractors in evaluation processes and performance reviews, with a focus on maintaining a small business reserve of 20%. The contract seeks to enhance software development processes and improve operational effectiveness across the Defense sector while retaining a robust evaluation mechanism via the Contractor Performance Assessment Reporting System (CPARS). Overall, the RFP underscores the government’s commitment to integrating advanced software solutions to enhance the agile capabilities of the military.
    Lifecycle
    Similar Opportunities
    Maintenance Support Device-Version 4 Rugged and Light (MSD-V4R and MSD-V4L) System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command in New Jersey, is seeking proposals for the acquisition of Maintenance Support Device-Version 4 Rugged and Light (MSD-V4R and MSD-V4L) Systems. This procurement aims to fulfill a requirement from the Office of the Product Director Test Measurement and Diagnostic Equipment, providing modular, soldier-portable automatic test equipment essential for maintenance personnel to enhance system testing capabilities. The contract will be structured as a single award Indefinite Delivery/Indefinite Quantity (ID/IQ) with a minimum guarantee of 40 First Article Test Units over five years, with a formal solicitation anticipated to be issued around August 20, 2024. Interested parties should direct inquiries to Contracting Officer Donna Gill-Cadogan at donna.v.gill-cadogan.civ@army.mil or Contract Specialist David S. Gordon at david.s.gordon26.civ@army.mil, and note that the proposal submission deadline has been extended to November 11, 2024.
    USACE HQ FY25 Quality Management Software
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking proposals for a Quality Management Information System (QMIS) to enhance quality management processes within the organization. The project encompasses a 10.5-month base year followed by four optional 12-month periods, requiring a comprehensive software solution that includes user access levels, automated workflows, and compliance with various ISO standards. This initiative aims to streamline operations, improve accreditation, and ensure adherence to established security measures, including FedRAMP certification for cloud vendors. Interested parties should contact Kate Behrens at Katherine.D.Behrens@usace.army.mil or Nicholas Moore at Nicholas.M.Moore@usace.army.mil for further details, with proposals due by the specified deadlines outlined in the solicitation document.
    Data Platform Capability
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army's Project Manager Mission Command, is seeking industry feedback through a Request for Information (RFI) regarding Data Platform capabilities that can operate in various environments, including cloud, on-premises, and hybrid settings, particularly under conditions of disconnected or low bandwidth connectivity. The RFI aims to gather insights on platforms that provide essential functionalities such as data integration, management, governance, security, and analytics integration, while utilizing a microservices architecture and automated deployment processes. This initiative is crucial for enhancing the Army's data systems and processes, ensuring compliance with military standards for data handling and security. Interested parties are encouraged to submit white papers detailing their relevant experience and capabilities by the specified deadline, with inquiries directed to Virginia Pippen at virginia.a.pippen.civ@army.mil or Susan Adams at susan.a.adams29.civ@army.mil.
    Hardware and Software Architecture for Cross Domain Solutions (CDS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army's W6DR PEO C3T office, is seeking information regarding hardware and software architecture for Cross Domain Solutions (CDS) to enhance interoperability between security domains. The RFI outlines essential requirements for the CDS, including compliance with National Cross Domain Strategy Management Office (NCDSMO) standards, support for high-threat networks, and the capability to handle both structured and unstructured data formats across multiple security domains. This initiative is critical for ensuring timely information sharing among military divisions and mission partners, thereby supporting Warfighter operations. Interested vendors must submit their responses electronically by noon (12 PM) EST on November 27, 2024, and can direct inquiries to Virginia Pippen at virginia.a.pippen.civ@army.mil by October 25, 2024.
    MATOC for USACE PROJECT & PROGRAM MANAGEMENT DELIVERY SUPPORT SERVICES
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is soliciting proposals for Project and Program Management Delivery Support Services under a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a maximum value of $47.6 million. The contract aims to enhance USACE's capabilities in delivering program and project support, focusing on Information Technology services, risk management, and compliance with cybersecurity standards. This opportunity is significant for contractors specializing in IT management support services, as it emphasizes the importance of effective project execution and quality assurance in federal contracting. Interested parties should direct inquiries to Doug Pohlman or Giorgiana Chen and submit proposals electronically by the specified deadline, with the performance period expected to commence in December 2024.
    Program Executive Office Command Control, Communications: Tactical (PEO C3T) Mission Command: Hardware and Software Architecture recommendations for Cross Domain Solution (CDS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Program Executive Office Command Control, Communications: Tactical (PEO C3T), is seeking recommendations for hardware and software architecture related to Cross Domain Solutions (CDS) to enhance interoperability between security domains. The objective is to develop a CDS that meets the National Cross Domain Strategy Management Office (NCDSMO) requirements, enabling the secure transfer of information across multiple security domains, which is critical for effective Warfighter operations and intelligence sharing. Interested vendors must submit their responses electronically by noon (12 PM) EST on November 15, 2024, and are encouraged to address specific requirements outlined in the Request for Information (RFI), including compliance with IPv4 and IPv6 standards and support for high-threat networks. For inquiries, contact Virginia Pippen at virginia.a.pippen.civ@army.mil or Cynthia Grove at cynthia.a.grove.ctr@army.mil.
    ACC-APG Competitive Opportunities: Edgewood Contracting Division August 2024 update
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Edgewood Contracting Division, is providing an update on upcoming contracting opportunities as of August 2024. This initiative aims to enhance communication with industry stakeholders regarding various Requests for Proposals (RFPs) focused on advanced military medical technologies, including diagnostic tools for distinguishing between bacterial and viral infections, biological sequencing, and chemical detection systems. These procurements are crucial for improving operational capabilities and supporting educational outreach, particularly in STEM fields for Minority Serving Institutions. Interested parties are encouraged to review the attached excel sheet for detailed opportunities and submit any questions via email to the designated point of contact within one week of the posting, noting that all information is subject to change and procurements may be canceled at any time.
    Unified Network Operations (UNO) / Multiple Award IDIQ (Part 3) under PEO C3T
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Aberdeen Proving Ground, is seeking industry feedback on the Second Draft Request for Proposal (RFP) for the Unified Network Operations (UNO) program, which is part of a Multiple Award Indefinite Delivery Indefinite Quantity (MA-IDIQ) contract. This initiative aims to unify the Army's tactical and enterprise networks, enhancing the Department of Defense Information Network Operations (DODINOPS) through interoperable and standards-based software applications. The program is critical for modernizing the Army's network capabilities to address emerging threats effectively. Interested vendors must submit a fully executed MA IDIQ Tech Doc Access Compliance Certification and Non-Disclosure Agreement (NDA) to access the draft documents, with responses due by October 31, 2024, at noon EST. For further inquiries, contact Crystal Ross or Jonathan Bauman via their provided emails.
    USACE HQ FY25 Quality Management Software
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified vendors to provide Quality Management Software (QMS) for a contract that spans a base year of 10.5 months with four additional 12-month option years. The objective of this procurement is to secure subscriptions and licenses that will enhance quality management within USACE, streamline administrative processes, and facilitate risk management by centralizing key functions and providing visibility into activities. The software must support 151 dedicated users and 80 concurrent users, include customizable workflow capabilities, and provide comprehensive technical and consulting support, including adherence to various ISO standards. Interested parties should contact Kate Behrens or Nicholas Moore via email for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    ACC-APG Division D Competitive/Fair Opportunity Industry Update
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Aberdeen Proving Ground (ACC-APG) Division D, is issuing a special notice to update stakeholders on competitive acquisitions and solicit industry insights. The primary objective is to enhance communication regarding various procurement projects, including IT support services, environmental remediation, and soldier protection systems, which are crucial for maintaining operational readiness and effectiveness. Interested parties are encouraged to engage with contracting officers to provide feedback and insights, with all inquiries to be submitted via email within seven calendar days of updates. For further information, stakeholders can contact Kimberly A. McCarthy at kimberly.a.mccarthy14.civ@army.mil or Robin P. Donovan at robin.p.donovan.civ@army.mil, with all updates subject to change and no formal proposals being accepted at this time.