Mission Assurance Support Services
ID: TRANSCOM25D011Type: Sources Sought
Overview

Buyer

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

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: OPERATIONS RESEARCH/QUANTITATIVE ANALYSIS (R405)
Timeline
    Description

    The United States Transportation Command (USTRANSCOM) is seeking qualified vendors to provide Mission Assurance Support Services through a Request for Information (RFI) under the contract reference number TRANSCOM25D011. The objective of this procurement is to synchronize Mission Assurance activities using an integrated risk management methodology to protect essential capabilities and assets from various threats and hazards, ensuring the resilience of USTRANSCOM's mission-critical functions. This initiative is vital for maintaining operational readiness across all domains and safeguarding personnel, equipment, and infrastructure. Interested parties must submit their responses to the RFI by April 28, 2025, and can direct inquiries to primary contact Kailey C. Schuette at kailey.c.schuette.civ@mail.mil or secondary contact Terina Folsom at terina.a.folsom.civ@mail.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Request for Information (RFI) TRANSCOM25D011 from the United States Transportation Command (USTRANSCOM) seeks information from companies regarding their capabilities for Mission Assurance (MA). The RFI requires companies to complete an information sheet including company details, CAGE code, SAM UEI, POC information, website, Facility Clearance Level (FCL), and available contract vehicles. Respondents must identify their business size based on NAICS 541513 (Small or Other than Small/Large) and applicable socioeconomic groups if small. Large businesses are asked if they have partnered with small businesses. The RFI also requests up to three examples of similar projects, detailing contract number, period of performance, type, commercial/non-commercial status, role (prime/subcontractor), and dollar value. This RFI aims to gather data to inform future contracting decisions for MA services.
    The Request for Information (RFI) issued by the United States Transportation Command (USTRANSCOM) seeks input for services related to Mission Assurance under contract TRANSCOM25D011. Interested companies must submit a completed information sheet containing details such as company identification, points of contact, facility clearance level, and socio-economic classifications. The RFI also inquires about past contract experience, requiring firms to provide examples of similar projects, including contract numbers, periods of performance, contract types, and whether they served as prime contractors or subcontractors. This document underscores the importance of collaboration with small businesses, including incentivizing partnerships to fulfill procurement requirements. The purpose of this RFI is to gather valuable market intelligence that will assist USTRANSCOM in determining the best approaches for meeting its Mission Assurance needs while fostering engagement with diverse contractors. Interested parties must pay close attention to the details required to respond effectively to this solicitation.
    The United States Transportation Command (USTRANSCOM) issued Amendment 1 to its Request for Information (RFI) for Mission Assurance (MA) (TRANSCOM25D011). This RFI seeks information from interested companies, requiring them to complete and submit an information sheet. The sheet requests company details such as name, address, CAGE code, SAM UEI, point of contact, website, and Facility Clearance Level. It also asks companies to identify their business size (Small or Other than small/Large) based on NAICS 541611, and if small, to specify applicable socioeconomic groups. Large businesses must indicate if they have partnered with small businesses. Additionally, the RFI asks for up to three examples of similar projects, including contract number, period of performance, contract type, commercial status, role (prime or subcontractor), and dollar value. This RFI aims to gather comprehensive information on potential contractors and their capabilities for future USTRANSCOM MA requirements.
    This document, TRANSCOM25D011 MISSION ASSURANCE (MA) RFI- Question and Answer, addresses inquiries from potential offerors regarding a Request for Information (RFI). Key information provided by the government includes the incumbent vendor's name (C5T Corporation) and contract number (HTC711-21-F-D080), as well as the estimated lifecycle value of the current contract, which is $6.3 million. A significant clarification was made regarding the correct NAICS code, confirming 541611 after a discrepancy was noted between SAM.gov and the RFI Information Sheet. The RFI Information Sheet has since been amended to reflect this correction. This Q&A serves to provide transparency and clarify details for prospective contractors interested in the Mission Assurance RFI.
    The document is a Request for Information (RFI) from the United States Transportation Command (USTRANSCOM) related to its Mission Assurance (MA) initiative. Its primary purpose is to gather information about potential contractors who can meet specific requirements under anticipated NAICS 541611. Interested companies must complete an information sheet detailing their business size, socioeconomic classifications, and prior contract experiences related to similar projects. The RFI seeks to assess the contractor's capability and experience in handling relevant contracts, requiring details on previous projects, including contract numbers, types, performance periods, and monetary values. Additionally, it emphasizes the importance of small business partnerships for large or other than small businesses, encouraging respondents to share any collaborations in their submissions. Overall, this RFI serves as a preliminary step to gauge industry interest and capabilities before proceeding further in the procurement process.
    The document contains responses to Requests for Information (RFI) related to contract HTC711-21-F-D080, primarily addressing inquiries from prospective offerors concerning the incumbent vendor and contract specifications. Key points include the identification of the incumbent vendor, C5T Corporation, and the current contract's estimated lifecycle value of $6.3 million. A clarification was provided regarding the North American Industry Classification System (NAICS) codes; it confirmed the correct code as 541611, resolving discrepancies with prior listings on SAM.gov. Additionally, the RFI Information Sheet was amended to reflect this correction. Overall, the document serves to notify and guide potential contractors in understanding essential details about the ongoing contract and its requirements, facilitating informed submissions in response to the upcoming procurement processes.
    USTRANSCOM has issued a Request for Information (RFI) for its Mission Assurance (MA) program, aiming to synchronize MA through an integrated risk management methodology. This RFI, TRANSCOM25D011, seeks market solutions to protect essential capabilities, functions, and assets from various threats and hazards. It is for planning purposes only and will not result in a contract award. USTRANSCOM plans to award a follow-on contract by November 30, 2025, for a contract to be in place by 2026. The RFI outlines a timeline for responses due by April 28, 2025, and one-on-one sessions in May 2025. It requests company information, business size (NAICS 541611), capabilities in synchronizing complex program activities and risk management, commercial availability details, and existing contract vehicles. The primary work location will be Scott Air Force Base, Illinois, and access to Top Secret classified information is anticipated.
    The U.S. Transportation Command (USTRANSCOM) has issued a Request for Information (RFI) regarding its Mission Assurance (MA) contract, set to begin in 2026. This contract aims to implement an integrated risk management method that protects essential capabilities and functions from various operational threats. USTRANSCOM requests market insights from industry players to develop a roadmap for this contract while clarifying that this RFI is strictly for informational purposes and not an invitation for proposals. Interested parties are encouraged to submit responses by April 28, 2025, with detailed information on their experience in risk management and related activities. The scope includes supporting defense infrastructure, vendor threat mitigation, and conducting risk assessments, requiring interaction with multiple defense and governmental entities. Responses should illustrate capabilities, specific contract examples, and how the firms plan to manage classified information requirements. USTRANSCOM emphasizes inclusivity in responses from businesses of all sizes and socio-economic categories, with a focus on ensuring that small businesses have opportunities to participate. The organization also welcomes suggestions for improving the procurement process and considers existing contract vehicles in its approach. Ultimately, this RFI serves as a critical step toward ensuring operational resilience for USTRANSCOM missions.
    This Performance Work Statement (PWS) outlines requirements for Mission Assurance (MA) Support for the United States Transportation Command (USTRANSCOM). The contractor will assist USTRANSCOM’s MA Office of Primary Responsibility (OPR) in synchronizing MA activities, including Defense Critical Infrastructure (DCI), Vendor Threat Mitigation (VTM), and Counter-Small Unmanned Aircraft System (C-sUAS) programs. Key responsibilities include developing a Task Order Management Plan, generating MA reports, supporting MA assessments, managing risk, sharing information, and providing operational support within USTRANSCOM's Global Operations Center. The contractor will also assist with Homeland Defense and DCI protection, focusing on C-sUAS/CUXS and integrated air and missile defense capabilities. The PWS details specific deliverables, performance metrics, and government-furnished property and services. This support is crucial for mitigating mission risks from various threats and hazards, ensuring the resilience of USTRANSCOM’s essential capabilities across different security networks.
    The document outlines the Performance Work Statement (PWS) for the Mission Assurance (MA) Support contracted by the United States Transportation Command (USTRANSCOM). It specifies the roles and responsibilities of the contractor in supporting the MA Office of Primary Responsibility (OPR) within USTRANSCOM. Key tasks include conducting Defense Critical Infrastructure assessments, managing Vendor Threat Mitigation programs, and performing Counter Unmanned Aircraft Systems operations. The contractor will also assist in risk assessments, policy development, and collaborative activities with various branches of the Department of Defense and other federal agencies. Specific deliverables include management plans, quarterly reports, and assessment documentation, with deadlines clearly defined. The contractor is expected to engage in frequent communication and coordination with relevant stakeholders and to participate in exercises that support USTRANSCOM’s operational goals. The PWS emphasizes the importance of maintaining high performance standards with strict adherence to reporting and assessment timelines. This initiative underscores USTRANSCOM's commitment to identifying, assessing, and mitigating risks to ensure mission success across transportation operations while complying with established Department of Defense guidelines.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    IT and Support Divison Procurement Forecast is now available on USTRANSCOM's website
    Dept Of Defense
    The U.S. Transportation Command (USTRANSCOM) is announcing the availability of its Procurement Forecast for the IT and Support Services Divisions, which can be accessed on their official website. This forecast outlines anticipated procurement opportunities for fiscal years 2026 and 2027, detailing both the IT and Support Services and Transportation sectors. The information is crucial for businesses looking to engage with USTRANSCOM, as it provides insights into upcoming contracts and service needs. For further inquiries, interested parties can contact the USTRANSCOM Small Business office via email at USTRANSCOM.SMALLBUSINESS@MAIL.MIL or by phone at 618-817-9407.
    RFI - CYBERSPACE OPERATIONS FORCES AND SUPPORT (COF) II
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is seeking information for the Cyberspace Operations Forces and Support (COF) II contract, aimed at enhancing cybersecurity defense for its enterprise. The procurement will focus on providing comprehensive cybersecurity services, including boundary defense, intrusion detection, incident management, and cyber threat analysis, with an emphasis on continuous improvement and compliance with Department of Defense standards. This contract is critical for national security, supporting operations across USTRANSCOM, Air Mobility Command, and Army Transportation Command, and will require 24/7 on-site support for various cybersecurity activities. Interested parties are encouraged to submit white papers detailing their capabilities and insights by December 22, 2025, as the current contract valued at approximately $35.5 million is set to expire in September 2026, with the new contract anticipated to run from October 2026 to September 2031. For further inquiries, contact Jonathan Severin at jonathan.a.severin.civ@mail.mil.
    IT Research and Advisory Subscription Services
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is seeking a sole-source Firm-Fixed Price task order for IT Research and Advisory Subscription Services from Gartner, Inc. This procurement aims to renew subscription services that support USTRANSCOM’s IT initiatives, including Cloud, Big Data, and IT Portfolio Optimization, with Gartner being the only provider capable of meeting the necessary security clearance requirements. The contract period is anticipated to run from January 1, 2023, to December 31, 2023, and the contracting officer will ensure the order represents the best value by reviewing pricing and seeking additional discounts. For further inquiries, interested parties may contact Jordan Gerdes at jordan.m.lewis26.civ@mail.mil or Daniel Schwab at daniel.j.schwab11.civ@mail.mil.
    Analysis of Mobility Platfrom IDIQ Extension and Ceiling Increase
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is seeking to extend and increase the ceiling of the Analysis of Mobility Platform (AMP) Indefinite Delivery Indefinite Quantity (IDIQ) contract, HTC71118DD001, originally awarded to Raytheon BBN Technologies. This modification is necessary to continue the provision of highly specialized IT and telecom business application development support services, which are critical for USTRANSCOM's operations. The government has determined that these services are uniquely available from the original contractor, and any transition to a new source would lead to unacceptable delays in fulfilling the requirements. Interested parties can reach out to Lisa A. Kraft at lisa.a.kraft.civ@mail.mil or call 618-817-9445 for further information regarding this sole source justification.
    CSO - USTRANSCOM Information Technology (IT) Enterprise Modernization (ITEM) Solutions
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is issuing a Commercial Solutions Opening (CSO) for Information Technology (IT) Enterprise Modernization (ITEM) Solutions, aimed at acquiring innovative IT solutions and services to enhance its operational capabilities. This solicitation seeks to address mission needs and close capability gaps through a competitive process that encourages a wide range of technical and business solutions, with submissions governed by specific Areas of Interest (AoIs). The CSO will remain open indefinitely, with proposals evaluated based on innovation, responsiveness, potential impact, and prior experience, and may lead to firm-fixed-price contracts or Other Transactions for prototype projects. Interested parties should contact Jonathan Severin at transcom.scott.tcaq.mbx.tcaq-ds@mail.mil for further information and are advised to monitor SAM.gov for updates and specific submission deadlines.
    S&RTS - Ports of Virginia
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) at the Ports of Virginia, specifically targeting Women-Owned Small Businesses (WOSB). The contract will encompass the management of military cargo, including containers, vehicles, and aircraft, through various ports in Virginia, requiring comprehensive stevedoring, longshoring, and cargo management services. This Indefinite Delivery, Indefinite Quantity (IDIQ) contract is valued at approximately $47 million, with a five-year ordering period from February 21, 2026, to February 20, 2031, and proposals are due by December 18, 2025, at 10:00 AM Central Time. Interested parties should direct inquiries to Douglas Otten or Katherine Alexander via their provided email addresses.
    USAFRICOM Dedicated Passenger Air Charter Service
    Dept Of Defense
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is seeking proposals for dedicated passenger air charter services (DPACS) to support the U.S. Africa Command (USAFRICOM) and U.S. European Command (USEUCOM) missions. The contractor will provide a primary fixed-wing aircraft based in Stuttgart, Germany, along with surge aircraft capabilities deployable within 15 days of request, managing all aspects of air transport, logistics, and compliance with military regulations. This contract is crucial for ensuring reliable air transport services in support of military operations, with a base period of performance from May 1, 2026, to April 30, 2027, and four additional one-year option periods extending to April 30, 2031. Interested parties must submit their proposals by December 22, 2025, and can direct inquiries to Brenda Marshall at brenda.l.marshall10.civ@mail.mil or Thomas M. Fee at thomas.m.fee2.civ@mail.mil.
    JFAST Bridge J&A
    Dept Of Defense
    The U.S. Transportation Command (USTRANSCOM) within the Department of Defense is seeking to procure services related to the JFAST Bridge through a Justification and Approval (J&A) process. The procurement focuses on IT and telecom business application development support services, which are critical for enhancing operational capabilities within the command. The place of performance for this contract will be at Scott Air Force Base in Illinois, emphasizing the importance of local support for the USTRANSCOM's mission. Interested parties can reach out to Georgia L. Wilde at georgia.l.wilde.civ@mail.mil or call 618-817-9407 for further details regarding this opportunity.
    Voluntary Tanker Agreement (VTA)
    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.
    Voluntary Intermodal Sealift Agreement (VISA) - 2024 Renewal
    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.