Army Protocol Event Management Software
ID: W91CRB25RA020Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APGABERDEEN PROVING GROU, MD, 21005-5001, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking proposals for an Army Protocol Event Management Software to enhance the management, tracking, and execution of events hosted by senior Army leaders. The software must provide comprehensive capabilities, including guest list management, real-time updates, invitation creation, and compatibility with Microsoft products, while ensuring compliance with strict security standards and accessibility requirements. This procurement is critical for streamlining event processes and improving operational efficiency, with a contract duration of one base year and four option years, and delivery of the software required within 60 days post-award. Interested vendors should contact Ryan T. Baker at ryan.t.baker24.civ@army.mil for further details.

    Files
    Title
    Posted
    The Army Protocol office is seeking new event management software to replace its current systems (e-invitation and Microsoft Access), which are nearing obsolescence. The objective is to secure a solution that can manage, track, and execute events hosted by senior Department of the Army leaders. The required software must include user licenses for 12 individuals and provide comprehensive capabilities for guest list management (tracking, real-time updates, reminders, seating charts, indefinite data storage, and compatibility with Microsoft products), invitation creation (templates, custom logos, RSVP forms), and floorplan/seating chart design (uploading diagrams, automation, custom cards). The solution must offer 24/7 customer support, adhere to strict security standards (OPSEC, vulnerability assessment, DISA STIGs, FedRAMP Moderate authorization, and compliance with the Defense Risk Management Framework), and be Section 508 compliant for accessibility. A 2-3 year vendor/manufacturer service agreement for technical support is preferred. The contract includes specific requirements for AT Level I training, ATCTS registration, and DoD IA awareness training and certification for all contractor employees with access to Army installations or information systems. Equipment delivery is required within 60 days post-award. The contract period of performance is one base year with four option years.
    The Army Protocol seeks to acquire an event management software to effectively manage, track, and execute events hosted by Department of the Army senior leaders, as existing tools like the e-invitation platform and Microsoft Access are set to expire soon. The desired software should offer user-friendly features for managing guest lists, sending invitations, and creating seating charts. Key requirements include automated updates for guest arrivals, compatibility with Microsoft products, customizable templates for invitations, and robust customer support. Security measures must align with Department of Defense guidelines, ensuring operational security and accessibility for individuals with disabilities. The contract will encompass one base year and four option years, which establishes the need for swift deployment post-award. Compliance with training and certification standards for contractor employees is also mandated. This procurement underlines the Army’s commitment to modernizing event management processes while adhering to security protocols.
    The document outlines a solicitation for Army Protocol Event Management Software, requiring 12 licenses with five optional line items for an additional 12 licenses each, all priced as Firm Fixed Price. The software is essential for managing, tracking, and executing events hosted by senior Department of the Army leaders. Inspection and acceptance for all items will occur at the destination, specifically the W81NRC DoDAAC at 200 Army Pentagon, Washington, DC. The vendor is responsible for transportation costs and providing tracking information. The contract incorporates various FAR and DFARS clauses, including those related to System for Award Management, electronic payments, safeguarding covered contractor information, and unique item identification. Key clauses explicitly included address business ethics, whistleblower protections, prohibition on ByteDance applications, and requirements for combating trafficking in persons. Additionally, options for increased quantities and contract term extensions are detailed, along with a limitation of government's obligation clause indicating incremental funding. The overall contract duration, including options, is not to exceed 60 months.
    The document is a solicitation for the Army Protocol Event Management Software, detailing the procurement of twelve licenses for managing events hosted by the Department of the Army's senior leaders. It specifies a firm fixed-price arrangement for each of the licenses across multiple option line items. Inspection and acceptance of the software will occur at the Army Pentagon, with instructions for tracking and delivery provided to vendors. The document incorporates various Federal Acquisition Regulation (FAR) clauses, emphasizing compliance with numerous government standards and regulations, including electronic payment instructions via Wide Area Workflow (WAWF) and provisions related to unique item identification for delivered items. It reflects the government's intent to establish clear contractual obligations while ensuring compliance with legal statutes, particularly in areas affecting small businesses and environmental protections. The extensive listing of clauses highlights the contract's complexity, aimed at maintaining objectivity, efficient operations, and compliance throughout the procurement process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Interview platform software
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to procure interview platform software through a contract managed by the W6QM MICC-WEST POINT office. This opportunity involves a Justification and Approval for Award, indicating a specific need for software that facilitates business application and application development as a service within the IT and telecom sector. The procurement is crucial for enhancing operational efficiency and streamlining interview processes within the department. Interested vendors can reach out to Stephanie Nickolan-Barron at stephanie.l.nickolan-barron.civ@army.mil for further details regarding this opportunity.
    Oracle Software Maintenance and Support Renewal
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to renew Oracle software maintenance and support services through a federal contract. This procurement aims to ensure continued operational efficiency and support for critical IT and telecom service delivery management systems utilized by the Army. The maintenance and support services are vital for the ongoing functionality of hardware and perpetual license software, which play a significant role in the Army's IT infrastructure. Interested vendors can reach out to Darrell May at darrell.e.may.civ@army.mil or Taylor Wellman at hobart.t.wellman.civ@army.mil for further details regarding this opportunity.
    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.
    Tri Command Critical Path Software
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for the Tri Command Critical Path Software, aimed at enhancing workflow automation and decision-making processes across multiple military enclaves. The procurement focuses on developing an AI-powered knowledge management and decision support system that integrates a cross-domain long-range calendar, automates transcription services, and provides a centralized knowledge management portal. This initiative is critical for improving operational efficiency, reducing manual data entry errors, and facilitating real-time data synchronization across NIPR, SIPR, and CENTRIX-K networks. Interested parties can contact Miranda Harden at miranda.l.harden.mil@army.mil or Richard Tran at Richard.t.tran3.mil@army.mil for further details.
    Uplogix Maintenance Hardware and Software Support
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to procure maintenance renewal hardware and software support for Uplogix RN23-703, which is essential for the United States Army Human Resources Command (HRC) located at Fort Knox, Kentucky. This procurement focuses on Brand Name products to ensure compatibility and reliability in the Army's IT and telecom infrastructure. The maintenance support is critical for the ongoing operational efficiency of the Army's systems, which rely on these technologies for effective human resource management. Interested vendors can reach out to Deborah Davis-Maxwell at deborah.r.davis-maxwell.civ@army.mil or by phone at 502-624-3424 for further details regarding this opportunity.
    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.
    IBM Software Renewal
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a firm-fixed-price order for the renewal of maintenance services for IBM software utilized by the U.S. Army Human Resources Command (HRC) at Fort Knox, Kentucky. This procurement is essential for ensuring continued access to software maintenance services and updates, as IBM is the sole provider of these services, which are critical for the operational efficiency of the HRC. Interested vendors should note that the primary contact for this opportunity is JoDeen M. Cuffe, Contracting Officer, who can be reached at jodeen.m.cuffe.civ@army.mil or by phone at 502-624-3513. Additionally, Anthony Johnson is available as a secondary contact at anthony.h.johnson.civ@army.mil or 502-624-8158.
    IM&T Program, Project, Data Management, Business Intelligence Support Services and Software Development & Sustainment Indefinite Delivery/Indefinite Quantity (IM&T IDIQ)
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Information Management and Technology (IM&T) support services. The contract will focus on three primary areas: Program and Project Management, Software Development and Sustainment, and Data Management and Business Intelligence, aimed at modernizing digital infrastructure and business systems to enhance global Security Cooperation efforts. This initiative is critical for managing IT initiatives, developing software, integrating systems, and providing advanced analytics to support mission-driven decision-making. Interested firms must submit capability statements by December 31, 2025, at 1:00 PM EDT, via email to the primary contact, Darrell Joy, at darrell.l.joy2.civ@mail.mil, or the secondary contact, Anaya Porter, at anaya.a.porter.civ@mail.mil.
    SLDMS 12 Month Bridge
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to procure IT Professional Services through a task order titled "SLDMS 12 Month Bridge." This procurement aims to provide essential support to the Headquarters Department of the Army (HQDA) SLD Office, encompassing database planning and design, systems analysis, programming, software development, and project management for the SLDMS, which includes four modular web applications serving distinct managed populations. Interested vendors can reach out to Carolina Banks at carolina.d.banks.civ@army.mil or call 703-806-8448 for further details regarding this opportunity.
    DoDEA - Substitute Caller Automation Software
    Buyer not available
    The Department of Defense Education Activity (DoDEA) is soliciting proposals for a Substitute Caller Automation Software solution aimed at enhancing the efficiency of assigning substitute personnel across its schools in the Southeast and Mid-Atlantic districts. This initiative seeks to streamline operations, reduce administrative burdens, and ensure timely communication with substitutes, with a total estimated contract value of $34 million over a base year and three option years. The software will feature dynamic matching capabilities, multi-channel communication, and robust analytics, with performance metrics including substitute fill rates and user adoption. Proposals must be submitted via email by 12:00 p.m. EDT on December 15, 2025, with inquiries directed to Kevin Gomez at kevin.gomez@dodea.edu or John Myers at john.o.myers@dodea.edu.