ACC-APG Natick Division FY25 Upcoming Aquisitions
ID: ACC_APG_Natick-FY25_Industry_UpdateType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY

NAICS

Other General Government Support (921190)

PSC

MISCELLANEOUS ITEMS (9999)
Timeline
    Description

    The Department of Defense, specifically the ACC-APG Natick Division, is preparing to release a Request for Proposal (RFP) for the maintenance of Storyline 360, a software tool critical for enhancing combat readiness. This procurement, valued at approximately $21,000, is currently in the pre-award/package development stage, with an estimated solicitation release planned for May 2025, and will be awarded on a competitive basis under a Firm-Fixed-Price (FFP) contract for a one-year period. The initiative underscores the government's commitment to utilizing updated software solutions to support military operations effectively. Interested vendors can reach out to the Natick Division at usarmy.natick.acc-micc.mbx.ncd-internal-tasker@army.mil for further information.

    Files
    Title
    Posted
    The ACC-APG Natick document outlines a new Request for Proposal (RFP) related to the maintenance of Storyline 360, a software tool, with a project value of approximately $21,000. As of March 17, 2025, the requirement is in the pre-award/package development stage, with an estimated solicitation release planned for May 2025. The contract, to be awarded on a competitive basis, will have a period of performance spanning one year under a Firm-Fixed-Price (FFP) arrangement. Notably, there is no incumbent contractor for this requirement. The document provides clarity on the status definitions, explaining the progression from solicitation release to proposal evaluation and eventual award. This initiative reflects the federal government's ongoing commitment to enhance combat readiness through updated software solutions and effective contracting practices.
    The ACC-APG Natick Opportunities document outlines various upcoming requests for proposals (RFPs) concerning military and logistical support services. Key requirements include a maintenance contract for Storyline 360, peptide synthesizers, HVAC services, and construction renovations, categorized as new or sole-source contracts. Each project has specified estimated award dates, contract values, and anticipated times for proposal acceptance. The primary contracting mechanisms involve firm-fixed-price contracts with potential multi-year ordering periods. Several projects are still in the pre-award phase, signaling the development of requirements and solicitation preparations. The status of each requirement indicates whether they are competitive or sole-source acquisitions, with a significant emphasis on competitive bidding. Collectively, these efforts reflect the government’s focus on enhancing combat readiness and technical capabilities within military operations and support systems.
    The document outlines various upcoming government Requests for Proposals (RFPs) and contract details from ACC-APG Natick as of December 16, 2024. It lists multiple requirements associated with the Joint Program Executive Office for Chemical, Biological, Radiological, and Nuclear Defense (JPEO CBRND) related to medical, protection, and sensor-focused projects. Key contract elements include the purchase of a CISCO AMP firepower system, professional services, peptide synthesizers, and HVAC maintenance. The contract values range from $110,032 to $49,201,610, with designated tentative award dates spanning early 2025. Various statuses are reported, including "Package Received" and "Awarded," indicating the progress of proposals and contracts. The document serves to inform stakeholders of the procurement opportunities while categorizing them based on their status in the pre-award or award phase. The primary purpose is to facilitate transparency and provide guidance to potential contractors interested in participating in these federal acquisitions.
    Lifecycle
    Title
    Type
    Similar Opportunities
    ACC-APG, Tobyhanna Division FY26 Fair Opportunity
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Aberdeen Proving Ground (ACC-APG) Tobyhanna Division, is announcing a fair opportunity for upcoming competitive acquisitions in FY26. This initiative aims to enhance communication with stakeholders regarding various solicitations, which include services such as Video Surveillance System Maintenance, Basic Life Support Emergency Medical Services, and Minor Construction, among others. These services are critical for maintaining operational readiness and supporting the Army's diverse mission requirements. Interested parties should note that this posting is for informational purposes only, and no formal proposals should be submitted. For inquiries, contact Jenny Croughn at jenny.a.croughn.civ@army.mil or Kellie Coar at kellieann.k.coar.civ@army.mil. The estimated values for these contracts range from $250,000 to $600 million, with solicitations expected to be released primarily in the first three quarters of FY26.
    MicroFocus Fortify Software
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure MicroFocus Fortify Software through a limited competition justification. This procurement involves the acquisition of Commercial Off-the-Shelf (COTS) Micro Focus Fortify products, which will be added to an existing option year on Contract W56JSR-22-F-0062. The MicroFocus Fortify Software is critical for enhancing security and compliance in software development processes. Interested vendors can reach out to Larry Wayne Carter at larry.w.carter.civ@army.mil or by phone at 443-861-4883 for further details regarding this opportunity.
    W56KGY-18-D-0003/W56KGY-23-F-0023 Capabilities Drop 1 (CD-1) Justification and Approval FAR 16.505(b)(2)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is issuing a delivery order under the base IDIQ contract W56KGY-18-D-0003 for the continued sustainment of annual software maintenance licenses for Capabilities Drop 1 (CD-1) systems. This procurement is crucial for ensuring the ongoing functionality and support of IT and telecom hardware and software, particularly in the area of servers. Interested vendors can reach out to the primary contact, Scott D. Butterfield, at scott.d.butterfield2.civ@army.mil or by phone at 520-538-9143, or the secondary contact, Rachel L. Moresi, at rachel.l.moresi.civ@army.mil for further details regarding this opportunity.
    BATTLEFIELD STAFF RIDES (BSR) RENEWAL CONTRACT
    Dept Of Defense
    The Department of Defense, through the U.S. Army Regional Contracting Office Bavaria, is soliciting proposals for the Battlefield Staff Rides (BSR) Renewal Contract, aimed at providing educational services to U.S. Army Europe's subordinate commands. The contract, which will be a firm-fixed-price, Indefinite Delivery Indefinite Quantity (IDIQ) agreement, seeks to enhance leadership development through historical battlefield tours, including logistical support such as transportation, accommodations, and meals. With a maximum value of $15,294,484 and a guaranteed minimum of $5,000, the contract period spans from May 27, 2026, to May 26, 2031. Interested parties should contact Matthew Troyer at matthew.e.troyer.mil@army.mil or Andrea Lucas at andrea.r.lucas.ln@army.mil for further details and to ensure compliance with the proposal submission requirements.
    Aerospace Readiness Enterprise System (ARES) Notional Schedule Update
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Aerospace Readiness Enterprise System (ARES) Notional Schedule Update, aimed at enhancing scheduling and training systems within the Operations Enterprise Architecture (OpsEA) Salesforce platform. Vendors are invited to develop solutions that can either utilize Salesforce-native no/low-code development or a prototype-based approach, ensuring integration with existing systems and compliance with security protocols. This initiative is critical for improving operational readiness and efficiency within the Air Force, with a prototype phase funded at $500K per team, lasting three months, and requiring development at an IL4 security level. Key deadlines include the release of the final solution solicitation on December 15, 2025, and the receipt of solutions by January 9, 2026. Interested parties can reach out to Evan Pomfret at evan.pomfret.1@us.af.mil or Lauren Cheslofska at lauren.cheslofska@us.af.mil for further inquiries.
    OrCAD SWM
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals from qualified small businesses for the procurement of OrCAD software maintenance and related products. The requirement includes maintenance renewals for OrCAD PCB Design Professional with PSpice, essential for uninterrupted production and functionality of existing licenses. This procurement is critical for maintaining operational efficiency and compliance with federal regulations, with a total award amount of $47 million anticipated. Interested parties must submit their quotes by December 17, 2025, at 12:00 PM EST, and can direct inquiries to Marcia Rennie at marcia.m.rennie.civ@us.navy.mil.
    Tactical Cross Domain Solution (TACDS) Version 3.0 Filter Bundle Software Renewals
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to award a Firm Fixed Price contract for the renewal of 423 Tactical Cross Domain Solution (TACDS) Version 3.0 Filter Bundle Software licenses from General Dynamics Mission Systems, Inc. These licenses are crucial for maintaining cybersecurity compliance for fielded Armored Multi-Purpose Vehicles (AMPV) platforms and will provide three years of necessary support. The procurement is vital for ensuring the operational integrity and security of military systems. Interested parties can reach out to Troy Haarala at troy.r.haarala.civ@army.mil or call 571-588-9334 for further details regarding this opportunity.
    Residency Management Suite Software and Maintenance
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to sole source the procurement of the Residency Management Suite Software and its maintenance from Qgenda, LLC. This proprietary software is essential for unifying program and resident information into a centralized data warehouse, facilitating compliance with Accreditation Council Graduate Medical Education (ACGME) requirements for 36 Graduate Medical Education (GME) and 22 Graduate Allied Health programs, which collectively support over 700 residents and fellows annually. The software's capabilities are critical for accreditation tracking and management of GME work hours, ensuring the continuity of training for military medical professionals. The estimated value of this contract is $97,000, with an anticipated award date of December 31, 2025. Interested parties may submit capability statements to the primary contact, Rebecca Quint, at rebecca.d.quint.civ@health.mil, by 4:00 PM CT on December 19, 2025.
    Parraid Software for Flight Test Support
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to procure Parraid Software for Flight Test Support through a sole source contract with Enterprise Technology Solutions. The procurement involves a Firm Fixed Price delivery order for one Omega-NExT Professional Network Server Software License Bundle and one Omega Data Environment Single User Standalone Software Bundle, which are critical for aviation technology development. The anticipated award date is February 3, 2023, with a performance period of twelve months. Interested parties must demonstrate their technical capabilities by submitting their responses to Deanna Van Cleaf at deanna.c.vancleaf.civ@army.mil and Bethany Rosser at bethany.r.rosser.civ.army.mil by the specified deadline.
    IM&T Program, Project, Data Management, Business Intelligence Support Services and Software Development & Sustainment Indefinite Delivery/Indefinite Quantity (IM&T IDIQ)
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Program, Project, Data Management, Business Intelligence Support Services, and Software Development & Sustainment for the Defense Security Cooperation Agency (DSCA) Information Management and Technology (IM&T). The contract aims to enhance the digital infrastructure and business systems that support global Security Cooperation, with a focus on Agile/Scaled Agile Program Management and DevSecOps best practices. This initiative is critical for managing IT initiatives, developing and maintaining software, and providing advanced data analytics to support mission-driven decision-making. Interested firms must submit capability statements by January 6, 2026, detailing their relevant experience, with an estimated contract value between $400 million and $500 million over a five-year ordering period. For further inquiries, contact Darrell Joy at darrell.l.joy2.civ@mail.mil or Anaya Porter at anaya.a.porter.civ@mail.mil.