Information Technology Engineering and Support Services
ID: N6426725R1005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERCORONA, CA, 92878-5000, USA

NAICS

Engineering Services (541330)

PSC

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

    The Department of Defense, specifically the Naval Surface Warfare Center, is soliciting proposals for Information Technology Engineering and Support Services to enhance the Technical Support Management (TSM) application and Electronic Trial Card (ETC) application. The contractor will be responsible for system operation and maintenance, user training, cybersecurity compliance, and the development of necessary documentation and software updates, with a focus on supporting naval shipbuilding oversight functions. This procurement is critical for ensuring operational efficiency and data management within the Department of Defense's maritime objectives. Interested parties should contact Pedro Rivas at pedro.rivas13.civ@us.navy.mil or Brandon Oh at brandon.s.oh.civ@us.navy.mil for further details, with the performance period set from March 8, 2025, to August 31, 2025.

    Files
    Title
    Posted
    The document outlines a Level-of-Effort (LOE) estimation for a government Request for Proposals (RFP) regarding personnel requirements for a project at a contractor site. It details various labor categories, including key personnel such as Program Managers and Cybersecurity Engineers, along with additional roles like Database Administrators and Applications Developers. The total estimated hours sum to 13,009, distributed among several positions with specific hour allocations, indicating the project’s scale and resource needs. The significance of including key personnel is emphasized, suggesting they play critical roles in project success. This summary underlines the meticulous planning necessary for fulfilling government contracts, highlighting the importance of skilled labor in achieving project objectives effectively.
    The document outlines the cost summary format for a government solicitation, specifically addressing the labor costs for prime contractors and subcontractors involved in a project. It details required information such as the prime offeror name, subcontractor details, and contacts for the Defense Contract Audit Agency (DCAA) and Defense Contract Management Agency (DCMA). The structure includes sections for direct and indirect labor costs, overhead, fringe benefits, and general and administrative costs, emphasizing the evaluation of each labor category's hours, rates, and total costs across multiple contract years. Additionally, it specifies the inclusion of pass-through costs for subcontractors, direct costs related to materials and travel, and fixed fees for labor. Supporting cost data must also be provided, highlighting differences between current and proposed labor rates. The overall intent of this document is to standardize cost proposal submissions for government projects, ensuring transparency and accountability in budgeting processes for all parties involved.
    The SeaPort-e DCAA Rate Check Request document serves as a form for contractors seeking to provide proposal information relevant to government contracts under the Defense Contract Audit Agency (DCAA) requirements. The form captures essential contractor details such as name, address, CAGE code, and point of contact, alongside the proposal's total dollar amount and performance period. It includes inquiries about the type of proposal, use of government property, financial needs, prior contracts, and adherence to Cost Accounting Standards. Also requested are specific labor categories, proposed indirect rates, and various forms of contract financing. The document emphasizes the necessary compliance with established accounting practices and FAR Part 31 cost principles, mandating disclosure of any noncompliance or inconsistencies in accounting practices. Additionally, there are directives for the contracting officer and specialist to complete sections on recommendations and required information from the contractor, contributing to the evaluation of the proposal’s adequacy and financial soundness. This form is critical for ensuring proper financial management in federal contracts and safeguarding against discrepancies in the transaction processes.
    The document outlines two Contract Data Requirements Lists (CDRLs) pertaining to TSM IT and Engineering Support Services associated with contractor SAIC. The first CDRL (Data Item No. A001) focuses on the Software Sustainability Package, specifically requiring comprehensive deliverables like source code, system capabilities documentation, a data dictionary, and an operations maintenance plan. It mandates submissions after each software release and restricts distribution to authorized Department of Defense personnel and contractors. The second CDRL (Data Item No. A002) details the Contractor's Progress, Status, and Management Report, expected monthly. This report includes work accomplished and planned, problems encountered, travel details, and financial data, including costs and funding burn rates. Both CDRLs emphasize systematic documentation and reporting procedures necessary for effective program management and software sustainability, reflecting best practices within federal contracting. They are structured to ensure compliance with oversight requirements and effective tracking of progress and expenditures essential for government RFPs and contracts. The information serves as a critical framework for ensuring accountability and transparency in contract execution.
    The document outlines a Request for Proposal (RFP) for the provision of Technical Support Management (TSM) Information Technology services required by the Naval Sea Systems Command (NAVSEA). The contract focuses on maintaining and improving the TSM application and Electronic Trial Card (ETC) application, ensuring compliance with cybersecurity mandates, and supporting the oversight of shipbuilding processes. Key responsibilities include system operation and maintenance, user training, cybersecurity support, and the development of documentation and software updates. The contractor must demonstrate prior experience with shipbuilding oversight functions and be capable of meeting rigorous Department of Defense security protocols. The period of performance is specified from March 8, 2025, to August 31, 2025, with a comprehensive scope encompassing project management, process engineering, documentation, change management, system operations, and customization. The RFP includes specific clauses governing inspection, acceptance of deliverables, and payment protocols, emphasizing the contractor's accountability in providing high standards of IT engineering and support services while ensuring the availability and integrity of the TSM suite at all times. Overall, this proposal reflects the government's commitment to enhancing operational efficiency and data management within naval shipbuilding oversight, aligning technical support with strategic maritime objectives.
    Similar Opportunities
    Development, Modernization, Acquisition, Deployment and Life Cycle Maintenance for the CG 47 Class Integrated Ship Control (ISC) System
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking sources for engineering and technical services related to the development, modernization, acquisition, deployment, and life cycle maintenance of the CG 47 Class Integrated Ship Control (ISC) System. This initiative encompasses critical components such as the Machinery Control System (MCS), Ship Control System (SCS), and Local Area Network (LAN) utilized by the U.S. Navy's Ticonderoga-class ships, with a focus on fleet engineering support, system design, maintenance, and cybersecurity upgrades. The procurement aims to enhance the operational integrity and performance of essential Navy systems, reflecting a commitment to safety and efficiency in naval operations. Interested parties are invited to submit white papers detailing their qualifications and capabilities by March 13, 2025, with inquiries directed to Francis J. Brady at francis.j.brady14.civ@us.navy.mil or William O'Tormey at william.j.otormey.civ@us.navy.mil.
    Development, Modernization, Acquisition, Deployment and Life Cycle Maintenance for the Integrated Condition Assessment System (ICAS)
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from potential providers for the Integrated Condition Assessment System (ICAS). The objective of this procurement is to identify suppliers capable of delivering comprehensive engineering and technical services for the development, modernization, deployment, and life cycle maintenance of ICAS, which is designed to enhance operational efficiency and safety on U.S. Navy vessels through automated monitoring and real-time data analysis. Key contractor responsibilities will include providing in-service engineering support, software management, cybersecurity compliance, and developing training materials, with the ultimate goal of ensuring reliable management and enhancement of these advanced monitoring systems. Interested companies are invited to submit white papers detailing their qualifications by the deadline of March 13, 2025, and can direct inquiries to Francis J. Brady at francis.j.brady14.civ@us.navy.mil or William O'Tormey at william.j.otormey.civ@us.navy.mil.
    Theater Battle Management Core Systems (TBMCS) 2.0 software development and sustainment support effort
    Buyer not available
    The Department of Defense, specifically the Marine Corps Systems Command (MARCORSYSCOM), is seeking qualified contractors to provide software development and sustainment support for the Theater Battle Management Core Systems (TBMCS) 2.0. The objective of this procurement is to enhance the TBMCS, which serves as a critical tool for air war planning, by developing, analyzing, integrating, and managing software applications that comply with modern software practices and cybersecurity standards. This initiative is vital for improving joint air warfare command and control capabilities, ensuring effective program management, and maintaining compliance with governmental directives. Interested parties must submit their capability statements and estimated pricing by March 17, 2025, to the designated contacts, Bryan D. Keys and Alicia Sims, at bryan.keys@usmc.mil and alicia.sims@usmc.mil, respectively.
    TCS MS Increment II Request for Information
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking information through a Sources Sought notice for the TCS MS Increment II project, aimed at enhancing engineering services related to small craft. This opportunity invites qualified contractors to provide insights and capabilities that align with the objectives of the Marine Corps Systems Command (MARCORSYSCOM), which plays a critical role in ensuring operational readiness and effectiveness of military assets. Interested parties must be aware of the requirements for handling Controlled Unclassified Information (CUI), as outlined in the accompanying Non-Disclosure Agreement, which emphasizes the importance of safeguarding sensitive information. For further inquiries, interested vendors can contact Brittney Moore at brittney.moore@usmc.mil or Taylor Neal at taylor.n.neal@usmc.mil.
    (ITSM) tool-ManageEngine Service Desk Plus Enterprise Edition – Annual Subcription fee-65 Technicians (4000 nodes) 65 licenses.
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking proposals for an Information Technology Service Management (ITSM) tool, namely the ManageEngine Service Desk Plus Enterprise Edition, which includes an annual subscription for 65 technicians covering 4,000 nodes. The procurement aims to enhance service management capabilities within government operations, ensuring efficient support for technical staff. This RFP outlines the need for a robust ITSM software solution that will facilitate improved service management and operational efficiency. Interested vendors can contact Jeff Chelston at jeffrey.m.chelston.civ@us.navy.mil or by phone at 240-577-5754 for further details regarding the submission process and requirements.
    Propulsor Demonstration Hardware (PDH) Follow-On
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Carderock, is seeking proposals for the Propulsor Demonstration Hardware (PDH) Follow-On project. This solicitation aims to procure advanced hardware solutions that will enhance the capabilities of naval propulsion systems, which are critical for maintaining operational readiness and technological superiority in maritime defense. The project is expected to contribute significantly to national defense research and development activities, particularly in the shipbuilding and repairing sector. Interested vendors can reach out to Carlos Triay at carlos.triay@navy.mil or by phone at 954-926-5653, or Charles Renno at charles.l.renno.civ@us.navy.mil, 954-408-5391 for further details.
    ENTERPRISE LEVEL LOGISTICS AND ENGINEERING TECHNICAL SUPPORT SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking qualified contractors to provide enterprise-level logistics and engineering technical support services. The primary objective of this procurement is to enhance flight-line readiness within the Naval Aviation Enterprise through comprehensive maintenance, repair, and overhaul (MRO) capabilities across various Fleet Readiness Centers located in the U.S. and Japan. This initiative is crucial for sustaining naval aviation operations, ensuring high operational standards, and compliance with Department of Defense requirements. Interested small businesses are encouraged to respond to this Sources Sought notice, with a total contract value anticipated to be around $474 million, and the RFP is expected to be released in early 2025. For further inquiries, interested parties may contact Sarah Metcalf at sarah.e.metcalf2.civ@us.navy.mil or Beverly Rhamdeow at beverley.s.rhamdeow.civ@us.navy.mil.
    70--REMOVABLE STORAGE (, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of removable storage solutions. This procurement aims to enhance the functionality and reliability of IT and telecom systems, particularly focusing on help desk support and productivity tools. The services are critical for maintaining operational efficiency within the Navy's IT infrastructure. Interested vendors should reach out to Peter A. Kobryn at (215) 697-4313 or via email at PETER.KOBRYN@NAVY.MIL for further details regarding the presolicitation notice.
    2025-2027 TECHNICAL MATURATION AND RISK REDUCTION
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Strategic Systems Programs, is seeking proposals for the 2025-2027 Technical Maturation and Risk Reduction initiative. This procurement aims to enhance engineering services related to national defense research and development, focusing on experimental development and defense-related activities. The successful contractor will play a crucial role in advancing technologies that support national security objectives. Interested parties can reach out to Bina Russell at bina.russell@ssp.navy.mil or call 202-451-3193 for further details regarding this opportunity.
    Engineering Services Blanket Purchase Agreement
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting proposals for an Engineering Services Blanket Purchase Agreement (BPA) aimed at small business vendors. This procurement encompasses a range of engineering services, including marine and mechanical engineering, fire-fighting and damage control systems, and incident analysis, all of which must comply with a detailed Performance Work Statement (PWS). The BPA, with a total ceiling price of $7,499,999.99, is critical for maintaining naval vessel readiness and effectiveness, allowing for services to be ordered over a five-year period. Interested parties must submit inquiries by February 19, 2025, and quote packages by February 28, 2025, with submissions directed to Michael J. Bonaiuto at michael.bonaiuto@navy.mil.