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
    Purchase of iText by Apryse Maintenance
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Information Operations, is seeking to procure the brand-name specific iText Suite by Apryse software along with associated technical support and maintenance. This software is essential for integrating the creation and management of PDFs with DLA applications, ensuring compatibility with existing licenses and specialized support needs. The procurement will be conducted as a firm-fixed-price delivery order with a base year and two option years, covering the period from December 2025 to December 2028, with proposals evaluated based on the lowest-priced, technically acceptable criteria. Interested vendors should direct inquiries to Josh Stolle at Josh.Stolle@dla.mil or call 215-737-8600, with key submission deadlines set for December 5, 2025, for technical questions and December 8, 2025, for all offers.
    ACC-APG, Tobyhanna Division FY26 Fair Opportunity
    Buyer not available
    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
    Buyer not available
    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)
    Buyer not available
    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.
    FY 26 RTI Catering
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for catering services to provide prepared breakfast, lunch, and dinner meals for the 129th Regiment (Regional Training Institute) of the Illinois Army National Guard during training events from January 2 to September 25, 2026. The contract, valued at approximately $9 million, is a small business set-aside and will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method, requiring adherence to strict food safety, sanitation, and delivery protocols as outlined in the Statement of Work. This procurement is crucial for ensuring that military personnel receive nutritious and varied meals during their training, with specific meal plans detailed in the accompanying documents. Interested vendors must submit their quotes by December 19, 2025, and can direct inquiries to Stephanie Maley at stephanie.c.maley.civ@army.mil or Donald Piper at donald.g.piper6.mil@army.mil.
    BATTLEFIELD STAFF RIDES (BSR) RENEWAL CONTRACT
    Buyer not available
    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.
    Residency Management Suite Software and Maintenance
    Buyer not available
    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
    Buyer not available
    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.
    ACC APG INSTALLATION & TECHNOLOGY DIVISION FY2026 COMPETITIVE/FAIR OPPORTUNITY UPDATES
    Buyer not available
    The Department of Defense, through the Army Contracting Command-Aberdeen Proving Grounds (ACC-APG), is providing updates on upcoming competitive contracting opportunities for fiscal year 2026. These opportunities include a recompete for the US Army Garrison Post-Wide Minor Construction, estimated at $100M-$110M, and set aside for multiple award IDIQ contracts, with an anticipated award in the first quarter of FY 2026. Additionally, there are opportunities for Forestry Management Support Services and Facility Management Support, each valued between $12M-$15M, both designated as 8(a) Small Business Set-Asides with single award IDIQ contracts, expected to be awarded in the second quarter of FY 2026 and at a later date, respectively. Interested vendors are encouraged to submit questions via email to the designated Contracting Officer, with updates and responses to inquiries to be posted regularly. All information is subject to change, and no formal proposals should be submitted at this time.
    Altair HyperWorks Software Maintenance - J&A Redaction
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to award a non-competitive Firm Fixed Price (FFP) contract to Altair Engineering, Inc. for software maintenance services related to the Altair HyperWorks software. This procurement is essential for the Ground Vehicle Systems Center (GVSC) engineers, as the software is critical for designing and simulating military vehicle systems and components, thereby supporting vital mission requirements. The estimated contract value is $615,636.00, funded by Research, Development, Test and Evaluation (RDT&E) Fiscal Year 2023 funding, with the justification for a sole-source award stemming from the proprietary nature of the software and the potential costs and productivity losses associated with switching to an alternative system. Interested parties can reach out to Asoma A. Al Najjar at asoma.a.alnajjar.civ@army.mil or Jeffrey B. Yeager at jeffrey.b.yeager2.civ@army.mil for further inquiries.