DF01 - JAGLink PowerApp Conversion Services
ID: N0018925Q0159Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, 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 Department of Defense, specifically the Naval Supply Logistics Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified small businesses to provide JAGLink PowerApp Conversion Services. The objective of this procurement is to transition the existing JAGLink legal advisory application to a Microsoft Azure Power Apps solution while maintaining its current functionalities, necessitating extensive experience in SharePoint and Power Apps. This project is crucial for enhancing judicial support services within the Navy, ensuring compliance with technical and security standards during the migration process. Interested vendors must submit their quotations, including past performance documentation, by April 28, 2025, with the anticipated contract award date set for May 1, 2025. For further inquiries, vendors can contact Tierra Watson at tierra.k.watson.civ@us.navy.mil or call 757-443-1395.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal Request for Proposal (RFP) for the procurement of JAGLINK Conversion Services, aimed at transforming the existing application used by the Office of the Judge Advocate General (OJAG) and Naval Legal Service Command. The current platform will transition to a Microsoft Azure Power Apps solution by May 2025. The RFP specifies service needs, including the development of user-friendly interfaces and migration of data from the legacy system, alongside stakeholder communication and compliance with technical and security standards. Key requirements for personnel include a background investigation, extensive technical experience in SharePoint, and the ability to work collaboratively with government staff. The scope includes delivering a functionality-rich application and ensuring ongoing support post-deployment. Payment will be processed via the Wide Area Workflow system, with the contract period extending from May 2025 to May 2026. The document emphasizes the importance of maintaining compliance with federal regulations and specifies roles and responsibilities, underscoring a commitment to enhancing judicial support services within the Navy.
    The document pertains to Amendment 0001 of a federal solicitation for a Firm Fixed Price (FFP) contract, focusing on the development and maintenance of a legal advisory application, JAGLINK, for the Department of the Navy. The amendment introduces changes to the Statement of Work (SOW), responds to vendor queries, and extends the submission deadline to April 28, 2025. Key requirements include transitioning JAGLINK to Microsoft Azure Power Apps while maintaining its existing functionalities, which necessitates extensive experience in SharePoint and Power Apps. Vendors must submit a comprehensive quotation, clearly detailing past performance and pricing information. Evaluation will prioritize past performance over price, with a focus on providing the best value to the government. A strong past performance record is critical for vendor success, and submissions must meet specific format and content requirements, including a 12-page limit for past performance documentation. The operational period is set from May 5, 2025, to May 3, 2026, emphasizing the importance of thorough vendor compliance and careful adherence to outlined specifications and deadlines.
    The Past Performance Information Form is a critical document used in the context of federal government Requests for Proposals (RFPs) and other procurement processes. It serves to collect detailed information from offerors regarding their previous work and performance. The form requires the offeror to provide essential details such as their name, contract identifiers, customer information, total contract value broken down annually, and the duration of the contract. Important metrics include personnel involved, specifics about the work executed, and any subcontractors engaged. The latter must detail the scope, magnitude, and financial aspects of subcontracting arrangements. This documentation is vital for evaluating an offeror's experience and capability in relation to the solicitation, ensuring that they possess the relevant expertise to fulfill contract requirements effectively. The structure of the form facilitates a systematic collection of data enabling government evaluators to assess past performances against the needs outlined in current solicitations.
    The document is a Past Performance Report Form associated with Solicitation N0018925Q0159 from the U.S. Naval Supply System (NAVSUP) Fleet Logistics Center Norfolk. Its purpose is to evaluate the past performance of contractors in relation to their likelihood of successful contract fulfillment for the government. Key elements requested include company information, contract details, and evaluations of the contractors in areas such as recruitment, retention, quality of service, timeliness, responsiveness, and cost control. The form includes questions about customer satisfaction, instances of deficiencies, problem resolution, and overall contractor performance. Observations regarding the contractor's strengths and weaknesses, as well as any similar contract efforts, are also requested. The report aims to gather essential feedback from various sources to inform decision-making on contract awards, aligning with federal grant and RFP processes.
    The document addresses inquiries related to solicitation N0018925Q0159, focused on PowerApp Development services for the Department of the Navy. Key stipulations include that all personnel must be U.S.-based citizens, and there is no incumbent contractor. The project requires two key personnel: a Supervisory Microsoft Power Apps Architect and a Microsoft Power Apps Developer, each requiring 10 years of experience. The annual hours for the developer are set at 1920, while the architect is expected to work 320 hours. There is no requirement for resumes at the proposal stage, but narrative statements are accepted to detail qualifications. Also, the pricing structure requires a breakdown of hourly rates under a single CLIN, while a separate document for cost proposals is necessary. Importantly, the contract's reporting requirements persist despite being a Firm Fixed Price (FFP) contract, and both federal and state past performance examples are acceptable, with three references from the past five years required. The anticipated award date is May 1, 2025, with an effective contract period from May 5, 2025, to May 3, 2026. Key updates emphasize that travel is not required, and the JAGLINK system's current functionality must be maintained during the migration to Microsoft Power Apps.
    The "Register of Wage Determinations under the Service Contract Act" outlines wage requirements for federal contractors and the applicable minimum wage rates for various occupations effective in 2025, including a minimum of $17.75 per hour for contracts entered into or renewed after January 30, 2022. The document specifies mandatory fringe benefits, paid sick leave provisions, and details the conformance process for unlisted job classifications. It also highlights annual adjustments to wage rates, protections under Executive Orders, and compliance requirements for contractors.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    POWER SUPPLY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of power supply units. The contract requires the manufacture and design of power supplies that meet specific technical requirements, including compliance with standards set by Northrop Grumman Systems Corporation and exclusion of mercury in the materials used. These power supplies are critical for various defense applications, ensuring reliable power distribution and operational efficiency. Interested vendors can reach out to Jon Zeigler at 564-230-3806 or via email at JON.ZEIGLER.CIV@US.NAVY.MIL for further details, with proposals expected to remain valid for 60 days post-submission.
    Citrix Brand Name Virtual Apps / Software Subs
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking proposals from qualified small businesses for the procurement of Citrix Brand Name Virtual Apps and associated software subscriptions. The requirement includes 30 units of Citrix for Private Cloud, 2 units of ADC VPX-FIPS Software Subs (Fixed Model) Premium 5Gbps, and 30 units of Citrix US 24/7 Support, all designated as "TRUSTED PRODUCT," to support the Prototype, Manufacturing, and Test Division in Lakehurst, NJ. This procurement is critical for ensuring reliable software and support services for military operations, with a firm-fixed-price contract anticipated to be awarded for a performance period from January 1, 2026, to December 31, 2026. Interested vendors must submit their proposals electronically by 4:00 PM EDT on December 16, 2025, to Eric Daly at eric.m.daly6.civ@us.navy.mil, ensuring compliance with all outlined requirements.
    POWER SUPPLY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of a power supply, classified under the NAICS code 335931 for Current-Carrying Wiring Device Manufacturing. The contract requires the manufacture and design of a power supply that meets specific technical requirements, including compliance with various quality assurance and packaging standards, and the exclusion of mercury in the materials used. This power supply is critical for military applications, ensuring operational readiness and reliability in defense systems. Interested vendors should direct inquiries to Jon Zeigler at 564-230-3806 or via email at JON.ZEIGLER.CIV@US.NAVY.MIL, with proposals expected to remain valid for 60 days post-submission.
    L019 - Safe Haven lay/docking services.
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking qualified vendors to provide Safe Haven lay/docking services. This procurement aims to secure services that will commence around March 17, 2026, and continue through March 17, 2031, covering a five-year ordering period, and will be solicited as a total small business set aside. These services are crucial for the operational readiness and maintenance of naval vessels, ensuring they have safe docking facilities when needed. Interested parties can reach out to Kelley Nevelsteen at kelley.j.nevelsteen.civ@us.navy.mil or Carlton Walton at carlton.walton@navy.mil for further information.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.
    Commander, Fleet Readiness Centers (COMFRC); Digital Group; Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements, and Software Lifecycle Support (ITPSS)
    Buyer not available
    The Department of Defense, through the Commander, Fleet Readiness Centers (COMFRC) Digital Group, is seeking information from qualified businesses regarding the Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements and Software Lifecycle Support (ITPSS). The procurement aims to support a large portfolio of IT solutions that facilitate Sustained Maintenance Planning (SMP) and MRO activities across the Naval Aviation Enterprise, requiring skilled personnel to manage approximately 20 to 25 concurrent complex business transformation projects. Interested businesses are encouraged to submit a capabilities statement by December 9, 2025, to Kalynn Jackson at kalynn.r.jackson.civ@us.navy.mil, with the anticipated contract type being a Commercial, Indefinite Delivery/Indefinite Quantity (IDIQ) contract, expected to be awarded around January 2027. The current incumbent contractor is Deloitte, and the NAICS code for this opportunity is 541511, Custom Computer Programming Services.
    NAVIFOR SATCOM
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk, is seeking information from qualified 8(a) certified sources for contractor support services related to the Navy Information Forces Command (NAVIFOR). The objective is to provide support in areas such as Resilient Command, Control, and Communications (RC3), IT Transport & Networks, and Naval Computer and Telecommunications Platforms (NCTP) C5I Shore Command’s Core Tactical Baseline Requirements. This contract, anticipated to be a Firm Fixed-Price agreement, will have a base period of twelve months with four additional twelve-month option periods and a potential six-month extension, primarily performed in Suffolk, Virginia. Interested parties must submit their qualifications, including a capability statement and proof of Top Secret Facility/SCI Clearance, by December 4, 2025, to Valara Cheristin at valara.r.cheristin.civ@us.navy.mil.
    ANNUAL SOFTWARE RENEWAL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to renew the N7800A-U1R Test Management Environment (TME) Calibration Software application for the Norfolk Naval Shipyard located in Portsmouth, Virginia. This procurement involves the renewal of a perpetual license for business application software categorized under IT and Telecom, which is crucial for maintaining the operational capabilities of the shipyard's testing environment. Interested vendors can reach out to Rebekah Riggins at rebekah.r.riggins.civ@us.navy.mil or by phone at 757-406-5526 for further details regarding this opportunity. The contract is classified as a justification notice, indicating it may not be open to full and open competition.
    Shop 89 Touch Labor Support - Shipwrights
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking proposals from qualified small businesses for the Shop 89 Touch Labor Support - Shipwrights contract. This procurement involves providing skilled personnel in various trades, including Shipwrights, Program Managers, Project Managers, and Supervisors, to support the maintenance and repair of naval vessels at the shipyard in Portsmouth, Virginia. The contract is crucial for ensuring the operational readiness of vessels such as the USS GEORGE H. W. BUSH and USS HARRY S. TRUMAN, with a performance period anticipated from February 2, 2026, to January 29, 2027, and an option to extend through July 30, 2027. Interested parties should direct inquiries to Alicia Almberg at alicia.l.almberg.civ@us.navy.mil or Melissa White at melissa.e.white13.civ@us.navy.mil, with proposals due by December 2, 2025.
    POWER SUPPLY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of power supply units under a federal contract. The procurement aims to ensure the operational readiness of electrical converters, classified under the PSC code 6130, which are critical for various defense applications. Interested contractors must adhere to strict requirements, including a Repair Turnaround Time (RTAT) of 342 days and compliance with MIL-STD packaging and inspection standards. Proposals are due by February 2, 2026, and interested parties should direct inquiries to Kate Heidelberger at 717-605-5238 or via email at KATE.C.HEIDELBERGER.CIV@US.NAVY.MIL.