Managing Army's Human Capital - Innovation, Integration, and Implementation (MAHC III)
ID: W519TC-25-Q-MAHCType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - SERVICE DELIVERY MANAGEMENT (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7D20)
Timeline
  1. 1
    Posted Nov 14, 2024, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due May 21, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the Program Executive Office Enterprise, is seeking vendors to support the Integrated Personnel and Pay System – Army (IPPS-A) through the Managing Army's Human Capital - Innovation, Integration, and Implementation (MAHC III) procurement. This opportunity aims to identify companies capable of sustaining and enhancing the existing PeopleSoft platform, which integrates personnel and pay processes for over 1.1 million soldiers across various Army components. The initiative is critical for modernizing human capital management and ensuring operational efficiency through Agile methodologies and Continuous Integration/Continuous Delivery (CI/CD) practices. Interested parties must submit their responses to the Request for Information by December 16, 2024, and can direct inquiries to Abby Robbins or Shelly A. Hitt via their provided email addresses.

Point(s) of Contact
Files
Title
Posted
Mar 28, 2025, 1:04 PM UTC
The Integrated Personnel and Pay System-Army (IPPS-A) Increment II contract aims to implement a comprehensive Training, Deployment, and Sustainment (TDS) System Integration and Solution Delivery to support ongoing development and integration of personnel and pay functionalities for the U.S. Army. This contract entails utilizing Agile SAFe methodologies to maintain code integrity, deploy enhancements, and integrate capabilities from various contractors. The project's scope covers nine key tasks, including Program Management, System Baseline Management, Systems Engineering, and Cybersecurity support, ensuring operational efficiency across multiple environments. The contractor is responsible for a range of deliverables, such as maintenance of the existing system, the development of new functionalities, risk management, and the establishment of robust cybersecurity measures. Periodic performance reviews and adherence to strict quality assurance practices are essential components of the contract, which encompasses collaboration with the Army Program Executive Office to achieve project objectives across all operational levels. The comprehensive nature of this endeavor underscores the Army's commitment to enhancing HR and financial processes utilized by its personnel, ensuring effective management and support of Army operations.
Mar 28, 2025, 1:04 PM UTC
The Army's Integrated Personnel and Pay System – Army (IPPS-A) Statement of Objectives outlines the program's goals for enhancing human resources and system support for the IPPS-A Project Management Office (PMO). The IPPS-A ERP suite aims to streamline personnel and pay processes for over 1.1 million soldiers across the Active Army, National Guard, and Reserve components, moving towards a unified system by integrating existing capabilities and eliminating outdated systems. The current infrastructure relies on Oracle PeopleSoft applications, facilitating ongoing maintenance, development, and integration of new functions. Key objectives of the SOO include maintaining the program baseline, identifying innovative solutions, and ensuring compliance with cybersecurity standards. It emphasizes the importance of Continuous Integration/Continuous Delivery (CI/CD) to optimize efficiency and foster collaboration between functional teams. The anticipated contract covers a base period of one year, with options for six additional years, allowing for comprehensive support and development of the IPPS-A system. The document serves as a foundational RFP, seeking industry partnership to enhance the military’s HR capabilities while ensuring secure and seamless operations, which is integral to sustaining Army readiness during future deployments.
Mar 28, 2025, 1:04 PM UTC
The Request for Information (RFI) seeks to identify vendors interested in supporting the Integrated Personnel and Pay System – Army (IPPS-A) within the Program Executive Office Enterprise. This system aims to manage the Army's human capital, integrating over 1.1 million soldiers from various components into a singular personnel and pay system using Oracle PeopleSoft. The Army's transition to a data-rich talent management approach is facilitated through incremental software releases, with the latest completed in January 2023. The RFI encourages industry feedback on innovative solutions, especially regarding Continuous Integration/Continuous Delivery (CI/CD), and modular contracting approaches to enhance development and risk reduction in Human Capital Management. Vendors are invited to respond with their capabilities and relevant experience while considering contract vehicles, performance balance, and objectives that could be pursued separately. The outcome will inform the Government’s market research and acquisition planning for ongoing support of this substantial project.
Lifecycle
Title
Type
Similar Opportunities
Request for Information - USACE-HPCMP HITS-UIII
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking capabilities statements from industry for the High Performance Computing Modernization Program (HPCMP) under the Request for Information titled "USACE-HPCMP HITS-UIII." This initiative aims to gather information on potential vendors' abilities to provide a range of HPC support services, including systems integration, network administration, cybersecurity, and computational modeling, to enhance the operational effectiveness of the DoD's Supercomputing Resource Centers. The contract will focus on ensuring efficient operation and delivery of HPC capabilities, supporting approximately 2,500 active users engaged in data-intensive research and analysis. Interested vendors must submit their responses electronically by April 22, 2025, and can direct inquiries through ProjNet. For further information, contact Melissa Lynn at melissa.k.lynn@usace.army.mil or call 601-920-9176.
D--Request for Information (RFI) USACE CWBI / IGP
Buyer not available
The Department of the Interior, through the Interior Business Center Acquisition Services Directorate, is issuing a Request for Information (RFI) on behalf of the U.S. Army Corps of Engineers (USACE) for the Civil Works Business Intelligence (CWBI) and Installation Geospatial Platform (IGP). This RFI seeks industry feedback on draft requirements to inform an acquisition strategy, encouraging vendors to share insights on their experiences, best practices, and commercial solutions that align with USACE's objectives. The initiative is crucial for enhancing USACE's operational capabilities in cloud services, data analytics, and cybersecurity, supporting the Department of Defense's mission. Interested parties must submit their responses electronically by 11:00 AM Eastern Time on April 14, 2025, and can contact Carla Mosley at cmosley@ibc.doi.gov or (571) 560-1401 for further information.
HUMAN RESOURCES OFFICE AND ACQDEMO SUPPORT SERVICES
Buyer not available
The Department of Defense, through the Strategic Systems Programs (SSP), is seeking qualified small businesses to provide Human Resources Office (HRO) and Acquisition Demonstration Project (AcqDemo) support services. The objective is to ensure the effective execution of mission requirements and organizational needs, which includes providing dedicated onsite personnel, training, and documentation management to support the Department of Defense Civilian Acquisition Workforce. This contract, set to run from October 1, 2025, to September 30, 2030, will require a firm-fixed-price arrangement with an estimated total of 10,691 man-hours of support, and interested firms must submit capability statements by April 14, 2025, to Shirelle Womack at shirelle.womack@ssp.navy.mil or Scott Comeau at scott.comeau@ssp.navy.mil.
Control Systems Governance Office Technical and Program Support
Buyer not available
The Department of Defense, specifically the U.S. Army's Control Systems Governance Office (CSGO), is seeking qualified contractors to provide technical and program support services. The procurement focuses on management and professional services, including program support, data integration, and operational technology expertise, aimed at enhancing control systems governance and compliance within the Army. This opportunity is particularly significant as it aims to establish a small business set-aside, contingent upon receiving responses from two or more qualified small businesses, with an anticipated contract duration of one base year and three optional years. Interested parties must submit their capabilities statements by April 14, 2025, and can direct inquiries to Lexus Robinson at lexus.r.robinson2.civ@army.mil or Stephen Fuller at stephen.b.fuller4.civ@army.mil.
RFI - Salesforce Software Licenses
Buyer not available
The Department of Defense, specifically the Army Contracting Command-Rock Island (ACC-RI), is seeking information from qualified vendors capable of providing a comprehensive suite of Salesforce software licenses. The Army is interested in obtaining licenses for various Salesforce products, including Sales Cloud, Service Cloud, Marketing Cloud, Commerce Cloud, Experience Cloud, and Analytics Cloud, among others, to enhance their operational capabilities. This Request for Information (RFI) aims to gather insights on vendor capabilities, including full suite availability, reseller information, and any value-added services offered, without committing to a contract or proposal at this stage. Interested vendors should submit their responses electronically to the designated contacts by April 15, 2025, with a concise response limited to two pages.
U.S. Army Fire & Emergency Services (F&ES) Enterprise Wide Information Technology Cloud-Based Software License Solution & Ancillary Support Services
Buyer not available
The Department of the Army is seeking a contractor to provide a FedRAMP-compliant cloud-based software license solution and ancillary support services for its Fire & Emergency Services (F&ES) program, which operates across 273 fire stations. The contractor will deliver a Commercial-Off-the-Shelf (COTS) solution that includes setup, installation, training, and 24/7 help desk support, with the aim of standardizing data management, improving accessibility, and enhancing reporting capabilities across 109 F&ES organizations. This initiative is crucial for ensuring data security, real-time access to reports, and compliance with federal regulations, thereby modernizing the Army's emergency services capabilities. Interested parties must respond to the Sources Sought Notice by April 18, 2025, providing relevant company details and previous experience, with inquiries directed to Teresa Agostino at teresa.m.agostino.civ@army.mil or Angelic M. Hatcher at angelic.m.hatcher.civ@army.mil.
ACC-APG Division D Competitive/Fair Opportunity Industry Update
Buyer not available
The Department of Defense, specifically the Army Contracting Command – Aberdeen Proving Ground (ACC-APG) Division D, is issuing a special notice to provide updates on competitive acquisitions and encourage industry engagement. The objective is to enhance communication with stakeholders and gather insights on innovative contracting methods that support the Army's mission of land dominance and operational readiness. This initiative is crucial for informing potential contractors about upcoming opportunities, including various projects related to soldier protection systems, financial improvements, and environmental remediation, with contract values ranging significantly and timelines subject to change. Interested parties can direct inquiries to Kimberly A. McCarthy at kimberly.a.mccarthy14.civ@army.mil or Robin P. Donovan at robin.p.donovan.civ@army.mil, with updates and questions accepted within seven calendar days of postings.
Request for Proposals: On-Premises Intellectual Property (IP) and Technology Transfer (T2) Database and Related Services
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity (USAMRAA), is soliciting proposals for an On-Premises Intellectual Property (IP) and Technology Transfer (T2) Database and related services. The procurement aims to acquire a Commercial Patent Docketing and Database Software System to support the United States Army Medical Research and Development Command (USAMRDC) in managing patenting and licensing processes, ensuring compliance with legal requirements, and enhancing data management capabilities. This initiative is critical for effective intellectual property management within the medical research community, with the contract expected to be awarded by May 12, 2025. Interested parties should direct inquiries to Lisa Kuhns at 301-619-2336 or via email at lisa.z.kuhns.civ@health.mil, and proposals must adhere to the specified submission guidelines to be considered.
MDA Agile Professional Services Solution (MAPSS)
Buyer not available
The Missile Defense Agency (MDA) is seeking qualified vendors to participate in its Agile Professional Services Solutions (MAPSS) initiative, which aims to enhance missile defense capabilities through a structured procurement process. The MDA intends to acquire knowledge-based services across multiple tranches, focusing on areas such as engineering, logistics, cybersecurity, and advisory support, with a significant emphasis on small business participation. This initiative is crucial for maintaining and advancing the U.S. missile defense system, ensuring that the agency can effectively respond to evolving threats. Interested vendors must submit their capabilities statements and responses to Requests for Information (RFIs) by October 3, 2024, and can direct inquiries to primary contact Jennie Frantum at jennie.frantum@mda.mil or by phone at 256-450-3442.
CMPRO Software
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure CMPRO software exclusively from Professional System Associates, Inc. This procurement is justified as a sole-source acquisition due to CMPRO being the only tool that meets the Navy's specific cybersecurity and operational requirements for the Unmanned Influence Sweep System (UISS) and Littoral Combat Systems. The contract will be awarded as a firm fixed-price purchase order, with interested parties invited to submit capabilities statements by 11:59 AM on April 15, 2025, to assess the potential for competitive procurement. Inquiries regarding this opportunity can be directed to Michael Bonaiuto at michael.bonaiuto@navy.mil.