Microsoft Unified Support (RFQ)
ID: HTC711-25-Q-D041Type: Solicitation
Overview

Buyer

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

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
    Description

    The U.S. Transportation Command (USTRANSCOM) within the Department of Defense is soliciting proposals for Microsoft Unified Support, a critical service aimed at enhancing the operational efficiency of the Surface Deployment and Distribution Command (SDDC). This procurement seeks specialized technical assistance, engineering support, and access to essential Microsoft resources, which are deemed necessary due to the proprietary nature of Microsoft's software that underpins the government's IT infrastructure. The contract is set to run from March 23, 2025, to March 22, 2026, with a significant funding amount, and interested vendors can direct inquiries to Teneshia N. Cozart or Chad S. Lindauer via their respective email addresses for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a justification for a contract award for Microsoft's Unified Support, necessary for the Surface Deployment and Distribution Command (SDDC) within the U.S. Transportation Command. This support service ensures priority technical assistance, specialized engineering support, and access to essential resources such as the Microsoft Developer Network and Customer Satisfaction Account Management. The proposed contract period is from March 23, 2025, to March 22, 2026, and is valued significantly. The document cites federal acquisition regulation FAR 6.302-1, stating only Microsoft and its resellers can meet the government’s specific technical support needs due to their proprietary software’s role in the IT infrastructure. It emphasizes that failure to secure this contract would impair operational efficiency and responsiveness to technical issues. The justification underscores the necessity of expert-level support, affirming the integral nature of Microsoft's services to government operations.
    The document is a solicitation for contracts involving women-owned small businesses (WOSB), specifically aiming to procure commercial products and services. It establishes guidelines for submission, detailing requisition numbers, solicitation numbers, effective dates, and contact information for inquiries. The form outlines critical sections for contractors, including the offer due date and delivery requirements, along with methods of solicitation such as Requests for Quote (RFQ) and Requests for Proposal (RFP). Additionally, it indicates whether the acquisition is unrestricted or set aside for specific business categories like Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The solicitation incorporates references to relevant federal regulations (FAR) and mandates that contractors sign and return the document, committing to the listed terms and conditions. This structure aims to ensure compliance, transparency, and foster participation from minority-owned businesses in federal contracting opportunities.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Port of Gulfport S&RTS
    Buyer not available
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Stevedoring and Related Terminal Services (S&RTS) at the Port of Gulfport, Mississippi, from June 1, 2025, to May 31, 2030, with an option for a six-month extension. Contractors will be responsible for loading and unloading military cargo, managing terminal operations, and ensuring compliance with safety and security protocols, while adhering to various federal regulations and guidelines. This contract is crucial for supporting U.S. military logistics and operational readiness, emphasizing opportunities for small businesses and service-disabled veteran-owned enterprises. Interested parties should contact Casey D. Schuette at casey.d.schuette.civ@mail.mil or Douglas Otten at douglas.d.otten.civ@mail.mil, with proposals due by March 17, 2025.
    S&RTS Ports of Southern California (SOCAL)
    Buyer not available
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) at military ports in Southern California, specifically at Naval Base Ventura County, Port Hueneme, San Diego, and Naval Air Station North Island. The contract, identified as HTC71125RR003, will cover a performance period from May 1, 2025, to April 30, 2030, and aims to ensure efficient handling of military cargo, including containers, vehicles, and aircraft, while adhering to stringent safety and security standards. This procurement is critical for maintaining operational logistics support for military operations, emphasizing compliance with federal regulations and best commercial practices. Interested contractors must submit their proposals by March 10, 2025, and can direct inquiries to Anthony J. Laudano at anthony.j.laudano.civ@mail.mil or Neil Huegen at neil.c.huegen.civ@mail.mil.
    MSC PROFORMAS DECEMBER 2024 (12-24)
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is soliciting proposals for various maritime services, including tugboat, dry cargo, tanker, and passenger charters, effective December 2024. The procurement aims to secure reliable and compliant transportation and logistical support for military operations, emphasizing adherence to federal regulations, safety protocols, and operational readiness. These services are critical for maintaining the efficiency of defense logistics and ensuring the timely movement of military cargo and personnel. Interested contractors can contact Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil for further details and must adhere to the submission guidelines outlined in the associated RFP documents.
    TW-25 Bus Transportation - Trinidad and Tobago
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to award a contract for bus transportation services in Trinidad and Tobago, primarily to support US Army South operations. The contract will cover transportation from April 20 to May 18, 2025, including services at Piarco International Airport and local hotels for deployment and redeployment activities. This initiative is crucial for ensuring efficient movement of personnel and equipment, with the applicable NAICS code being 485113 and PSC code 2310. Interested vendors are encouraged to submit a capability statement within fifteen days for consideration, and registration in the System for Award Management (SAM) is required. It is important to note that funding for this project is not currently available, making the government's financial obligation contingent upon appropriated fund availability. For further inquiries, interested parties may contact SSG Anthony Strobel at anthony.d.strobel2.mil@army.mil or by phone at 210-295-1111.
    Utility Monitoring & Control Systems
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors for the procurement, installation, maintenance, and service of Utility Monitoring and Control Systems (UMCS) and related industrial control systems. The contract aims to ensure efficient operation and compliance with technical standards across various Department of Defense facilities, emphasizing the importance of safety, cybersecurity, and adherence to federal employment standards. With a total estimated value of approximately $2.75 billion and a contract duration of up to seven years, interested firms are encouraged to submit their qualifications and capabilities by email, with specific guidelines outlined in the Sources Sought Notice. For further inquiries, potential respondents can contact Jasmine McCullough or Lashonda Smith via the provided email addresses.
    WOW2025-TRAMS SYSTEM
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the WOW2025-TRAMS SYSTEM, aimed at providing shuttle services during the 2025 Wings Over Wayne Open House at Seymour Johnson Air Force Base in North Carolina. The contractor will be responsible for managing, equipping, and staffing shuttle services for approximately 50,000 guests daily, utilizing six trams (with an option to increase to eight) that can accommodate 50-60 passengers each. This contract, valued at $20,500,000, emphasizes quality assurance, compliance with federal regulations, and the importance of equitable opportunities for women-owned small businesses. Interested parties should contact 2d Lt Jensen Jones at jensen.jones.2@us.af.mil or Nelson Sosa at nelson.sosa@us.af.mil, with the contract effective from March 4, 2025, and services required from May 3-4, 2025.
    Voluntary Intermodal Sealift Agreement (VISA) - 2024 Renewal
    Buyer not available
    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.
    Special Operations Forces Training Support Branch (SOFTSB) Training and Exercise TORP
    Buyer not available
    The Department of Defense, through the Defense Threat Reduction Agency (DTRA), is soliciting proposals for the Special Operations Forces Training Support Branch (SOFTSB) Training and Exercise TORP. This opportunity aims to secure professional consulting services that will support training and exercise initiatives for special operations forces, focusing on enhancing operational readiness and effectiveness. The services sought are critical for ensuring that military personnel are adequately prepared for various scenarios, thereby contributing to national security objectives. Interested vendors can reach out to Sharon Lightfoot at sharon.c.lightfoot.civ@mail.mil or Christina Clark at christina.clark3.civ@mail.mil for further details, with the procurement process adhering to the guidelines set forth in the solicitation.
    DLA Research and Development; Acquisition Modernization Technology Research (AMTR) SP4701-23-B-0001
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for the Acquisition Modernization Technology Research (AMTR) program under solicitation SP4701-23-B-0001. This initiative aims to modernize acquisition processes by assessing and improving procurement methodologies through research and development efforts, particularly focusing on IT modernization and advanced technologies that align with DLA's strategic objectives. The AMTR program is critical for enhancing logistics and supply chain management within the defense sector, ensuring that the DLA can meet evolving operational demands effectively. Interested vendors must submit their full cost and technical proposals by April 1, 2024, to be considered for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract, with further details available from primary contact Sara Cepeda at Sara.Cepeda@dla.mil or by phone at 215-737-5498.
    USSPACECOM JOC Workstation Equipment
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking information from potential resellers of ThinkLogical and QUINTRON equipment for the US Space Command as part of a Sources Sought Announcement. The procurement aims to gather details on various electronic workstation equipment, including ThinkLogical chassis, KVM extenders, transmit/receive cards, and QUINTRON DICES VoIP products, which are critical for enhancing communication and operational readiness. Interested vendors are invited to submit their capabilities, including delivery timelines and alternative product options, by March 14, 2025, to assist in evaluating suppliers for these essential tools. For inquiries, vendors may contact Cayce Moses at cayce.moses@spaceforce.mil or by phone at 719-556-9293.