TransViz Request for Information (RFI)
ID: HTC71125QD001Type: Sources Sought
Overview

Buyer

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

NAICS

Custom Computer Programming Services (541511)
Timeline
    Description

    The United States Transportation Command (USTRANSCOM) is seeking information from qualified vendors regarding the Transportation Visualizer (TransViz), a web-based tool designed to enhance operational planning and execution through data visualization and analysis of Joint Operation Planning and Execution System (JOPES) data. The primary objectives include software development, IT security support, and management of the software lifecycle, with a focus on cybersecurity and application lifecycle management using CoMotion Software. This initiative is crucial for optimizing transport logistics and ensuring national mission readiness, with a formal Request for Proposal (RFP) anticipated by 2025. Interested parties must submit their responses by October 1, 2024, including detailed company information related to security clearances, business size, and technical capabilities, and can contact Georgia L. Wilde at georgia.l.wilde.civ@mail.mil or Teyroko Perkins at teyroko.s.perkins.civ@mail.mil for further inquiries.

    Files
    Title
    Posted
    The United States Transportation Command (USTRANSCOM) issued a Request for Information (RFI) regarding the Transportation Visualizer (TransViz), a web-based tool intended to enhance operational planning and execution through data visualization and analysis of Joint Operation Planning and Execution System (JOPES) data. USTRANSCOM plans to establish a contract by 2025 to provide software development and IT security support, including managing the system’s software lifecycle, troubleshooting user issues, and enhancing system capabilities with a focus on cybersecurity. Vendors are invited to showcase their ability to support TransViz, specifically their experience with CoMotion Software, which is crucial for application lifecycle management. The RFI aims to collect market information and capabilities from both large and small businesses before proceeding to a formal Request for Proposal (RFP). The deadline for responses is set for October 1, 2024, and any submissions must include detailed company information related to security clearances, business size, and technical capabilities that align with the anticipated software needs. The initiative underscores USTRANSCOM’s commitment to optimizing transport logistics for national mission readiness through strategic technology partnerships.
    The Performance Work Statement (PWS) details the requirements for the Transportation Visualizer (TransViz) project, overseen by the Program Executive Office USTRANSCOM. The core objective is to provide comprehensive software development and operational support for this web-based analysis tool, which enhances Joint Operation Planning capabilities. Contractors are expected to manage the Software Development Lifecycle (SDLC) and ensure IT security, focusing on tasks that include software development, monitoring, production support, and adherence to a Risk Management Framework (RMF). The contractor must utilize Agile methodologies, address change requests, and support cloud migration to the TRANSCOM Cloud Optimal DevSecOps Ecosystem. Key deliverables consist of software code, documentation, performance reports, and security compliance materials. Furthermore, the contractor must ensure that all solutions developed meet military cybersecurity standards and integrates effectively within existing USTRANSCOM infrastructure. The document emphasizes the importance of ongoing collaboration between contractors and USTRANSCOM personnel to maintain security and operational efficiency throughout the contract period.
    The Transportation Visualizer (TransViz) Performance Work Statement (PWS), issued by the Program Executive Office at USTRANSCOM, outlines requirements for software development support and operational capabilities for the TransViz system. The primary goal is to enhance the system's functionality for logistics planning and execution, enabling collaboration across military commands. The scope includes managing the software development lifecycle, providing IT security, monitoring application performance, and executing a cloud migration strategy. The Contractor is tasked with seven key areas, including task order management, software development, implementing new capabilities, and risk management framework support. The emphasis is on deploying secure coding practices and compliance with DoD standards throughout development. The PWS specifies deliverables such as regular reports, updated software, and security documentation, ensuring alignment with USTRANSCOM's operational needs and cybersecurity measures. Overall, this RFP highlights a strategic investment in advanced technological capabilities for military transportation, reinforcing the importance of agility, security, and continuous improvement in supporting mission objectives.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Request for Information: MilMove Development and Sustainment
    Active
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is seeking information from industry regarding the MilMove Development and Sustainment contract, which is anticipated to be awarded in 2025. The primary objective of this Request for Information (RFI) is to gather insights on existing software solutions that can enhance the management of household goods, personal vehicle transportation, and storage contracts within an Agile framework. This initiative is crucial for improving the efficiency of military relocations and ensuring compliance with security and operational standards throughout the software development lifecycle. Interested parties should submit their responses by September 27, 2024, and can direct inquiries to Megan Gonzalez at megan.m.gonzalez4.civ@mail.mil or Tian Wylie at tian.v.wylie.mil@mail.mil.
    Denton Cargo Re-compete Contract
    Active
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is seeking information from industry regarding the Denton Cargo Re-compete Contract, which aims to provide comprehensive technical support and resources for the movement of humanitarian cargo. The contract, scheduled to be effective on April 1, 2025, will require the contractor to manage logistics, coordinate interagency communication, and ensure compliance with regulatory requirements while utilizing the Defense Transportation System (DTS). This initiative is crucial for facilitating U.S. government operations in global disaster response scenarios. Interested parties must submit their capabilities and relevant experience by October 10, 2024, and can contact Nicholas A. Van Osdale or Zcheherah Macapinlac for further information.
    JOINT ENABLING CAPABILITIES COMMAND (JECC) COMMAND, CONTROL, COMMUNICATIONS, CYBER, COLLABORATION SUPPORT (C5S)
    Active
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is seeking information from industry regarding the Joint Enabling Capabilities Command (JECC) Command, Control, Communications, Cyber, Collaboration Support (C5S) services. This Request for Information (RFI) aims to gather insights on IT support capabilities, including cyber defense and network operations, to enhance the JECC environment, which interfaces with various secure networks such as SIPRNet and NIPRNet. The services are critical for ensuring operational readiness and national security objectives, with the anticipated performance locations primarily at Naval Station Norfolk, Virginia, and MacDill Air Force Base, Florida. Interested parties must submit their responses, including detailed capabilities statements, by 10:00 AM CT on October 2, 2024, to the designated contacts, Natascha Wolman and Terina Folsom, at the provided email addresses.
    Bremerhaven Longshoring and Warehousing Services (L&WS)
    Active
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is seeking information from industry stakeholders regarding Longshoring and Warehousing Services (L&WS) to be provided at the Port of Bremerhaven, Germany, with a contract anticipated to commence in March 2025. The procurement aims to gather market insights and capabilities to inform future strategies for handling U.S. Government-sponsored cargo under the Defense Transportation System, emphasizing efficiency, safety, and compliance with Department of Defense regulations. Interested parties are encouraged to review the attached Request for Information (RFI) and submit their responses, including a completed information sheet and survey, by 8:00 A.M. CDT on September 20, 2024. For further inquiries, potential respondents may contact Connor N. Breyer at connor.n.breyer.civ@mail.mil or Douglas Otten at douglas.d.otten.civ@mail.mil.
    Voluntary Intermodal Sealift Agreement (VISA) - 2024 Renewal
    Active
    Dept Of Defense
    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.
    Voluntary Tanker Agreement (VTA)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE US TRANSPORTATION COMMAND (USTRANSCOM) is seeking sealift services for the Voluntary Tanker Agreement (VTA). This agreement provides ocean transportation charter of clean bulk fuel product for worldwide ocean movements. The contract aims to minimize disruption of program participants' service to commercial customers and includes contingency operations in response to natural disasters, terrorists or subversive activities, or required military operations. Contractors can enroll specific tanker capacity into the VTA program, and subsidized capacity must be enrolled in an Emergency Preparedness Program. Interested parties should contact Shanda L. Lyman and Sarah Albers via email for more information.
    Integrated Data Environment & Global Transportation Network Convergence (IGC)
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE is seeking information from system integrators for the Integrated Data Environment (IDE) and Global Transportation Network (GTN) Convergence (IGC) Program. The program requires support for the current operation and maintenance of the As Is system, migration of the As Is system to a cloud environment, and support enhancements. Interested parties are encouraged to respond, regardless of size or socioeconomic category. This is not a request for proposal and the government will not be responsible for any costs incurred by interested parties. See attachments for submittal instructions.
    HTC711-24-R-R005 - All Ports Belgium
    Active
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) at all ports in Belgium, under solicitation number HTC711-24-R-R005. The contract aims to manage the import and export of Defense Transportation System (DTS) sponsored cargo, including containers, vehicles, and bulk cargo, while adhering to best commercial practices and stringent safety and security protocols. This opportunity is critical for supporting U.S. military logistics operations in Belgium, ensuring efficient handling of military cargo at designated seaports. Interested vendors must submit their proposals by September 24, 2024, with the contract performance period set from January 1, 2025, to December 31, 2029, and a total estimated contract value of $231,000, plus an optional six-month extension valued at $21,000. For further inquiries, potential bidders can contact Casey D. Schuette or Douglas Otten via email.
    Digital Signage Software for Networked Information Distribution
    Active
    Dept Of Defense
    The Defense Threat Reduction Agency (DTRA) is seeking qualified vendors to provide Digital Signage Software for networked information distribution across its facilities. The procurement aims to acquire a Content Management System (CMS) software license, media player software license, and associated training and support to effectively manage digital signage that communicates important messages to DTRA employees and stakeholders. This software is critical for maintaining operational continuity, as the current system is nearly a decade old and requires lifecycle replacement to ensure compatibility and functionality. Interested parties must submit their responses, confirming their capabilities and interest, to Carrie A. Lucas and Jude Osudoh via email by September 20, 2024, at 12 PM local time. This opportunity is a Request for Information (RFI) and does not constitute a solicitation for proposals.
    Logistics Supply Chain Management System Cloud (LSCMS-C) - FY25 RECOMPETE
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is preparing to solicit proposals for a single Indefinite Delivery Indefinite Quantity (IDIQ) contract to support the Logistics Supply Chain Management System Cloud (LSCMS-C) Operations and Maintenance (O&M) requirements. The selected contractor will assist in fulfilling O&M needs and completing remaining upgrade requirements for the LSCMS-C, which is critical for managing disaster response assets and logistics, including purchasing, inventory management, and transportation. This system plays a vital role in FEMA's disaster relief efforts by tracking and reporting the location of assets in real-time across its distribution centers. Interested parties should note that the solicitation is anticipated to be released around September 23, 2024, and proposals are not currently being requested. For further inquiries, potential bidders can contact Judith Hicklin at judith.hicklin@fema.dhs.gov or Staciellyn Chapman at staciellyn.chapman@fema.dhs.gov.