Collection Management System for the U.S. Army Heritage and Education Center
ID: 25Q4008Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-CARLISLE BARRACKSCARLISLE BARRACKS, PA, 17013-5072, USA

NAICS

Libraries and Archives (519210)

PSC

IT AND TELECOM - COMPUTE AS A SERVICE: MAINFRAME/SERVERS (DB10)
Timeline
  1. 1
    Posted Mar 14, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 3:59 AM UTC
Description

The Department of Defense, specifically the U.S. Army Heritage and Education Center (USAHEC), is seeking proposals for a Collection Management System (CMS) to manage and enhance access to its archival collections, which include both physical and digital materials. The primary objective is to develop a user-centric public interface with robust search functionality, alongside a backend system for staff to manage the lifecycle of archival materials. This procurement is critical for improving the discoverability of historical records and ensuring compliance with governmental policies regarding archival management. Interested vendors must submit their proposals by the solicitation closing date, with questions due by March 27, 2025, and a go-live date for the CMS set for no later than September 26, 2025. For further inquiries, contact Lori Swade at lori.a.swade.civ@army.mil or William Byrne at william.a.byrne.civ@army.mil.

Point(s) of Contact
Files
Title
Posted
Apr 7, 2025, 11:04 AM UTC
This document serves as an addendum to the instructions and evaluation procedures for quoters responding to a Request for Quotation (RFQ) from the federal government. It outlines the submission process, requiring quotes to be sent via email exclusively to designated government representatives. It specifies that submissions must include three volumes: General, Technical Proposal & Past Performance, and Pricing, with strict adherence to format and page limitations. The evaluation criteria prioritize Technical and Past Performance factors as roughly equal in importance, with Price being less significant in the evaluation process. Quoters must demonstrate relevant technical qualifications, past performance in similar contracts, and submit competitive pricing. The document emphasizes clarity in communication and the importance of fully addressing the requirements in the Performance Work Statement (PWS). Additionally, it details the rating scale for evaluating technical approaches and past performance, ensuring that the government's requirements and expectations are clearly communicated. This structured solicitation process aims to enhance competition among quoters and ensure the selection of the most advantageous proposals for the government.
Mar 26, 2025, 1:05 PM UTC
This document serves as an addendum to the instructions for quoters in a federal Request for Quotation (RFQ) involving the procurement of commercial items. It outlines requirements for quote submission, evaluation procedures, and criteria for selection. Quotes must be emailed to designated government contacts and must follow specified formats across three volumes: General Information, Technical Proposal with Past Performance, and Pricing. Technical and past performance factors hold equal importance, while price evaluation is secondary but is central to achieving a best value contract. The assessment of past performance is crucial, emphasizing recency, relevance, and quality of previous work with certain requirements outlined for evaluation ratings. The document specifies necessary compliance with the Performance Work Statement (PWS) and the obligation to clarify any perceived ambiguities in the RFQ. The process aims to award without discussions, thereby requiring quoters to submit their best initial proposals. Overall, this addendum highlights a structured approach to evaluating quotes through a qualitative and price analysis for federal purchasing, underscoring the commitment to ensure fair and effective procurement processes.
Apr 7, 2025, 11:04 AM UTC
The document pertains to the AHEC Collection Management project, outlining the procurement of software and related services. It specifies a base year of implementation for software, maintenance, and support, followed by four subsequent option years dedicated to ongoing software and maintenance services. The structure indicates a phased approach to contract management, allowing for continuity and support over multiple years. The overall aim is to ensure effective collection management through consistent software and maintenance solutions. This document reflects the requirements typically associated with government RFPs, emphasizing the importance of ongoing support and reliability in such projects.
Apr 7, 2025, 11:04 AM UTC
The Performance Work Statement (PWS) outlines a contract for a non-personal service to develop a Collection Management System (CMS) for the U.S. Army Heritage and Education Center (USAHEC). The system is intended to manage and provide access to an extensive range of archival materials, including both physical and digital collections, enhancing their discoverability online. USAHEC requires a commercial off-the-shelf (COTS) solution that is customizable and upgradeable to suit specific governmental needs. Key objectives include ensuring robust accountability for archival lifecycle management, creating detailed metadata for improved access, and establishing a public interface for user engagement. The contractor is responsible for delivering technical requirements including security compliance, user training, and system support. The document specifies a comprehensive framework governing the contractor’s responsibilities, including quality control, operational security, and regular training requirements for personnel. Additional attention is given to system features such as advanced search capabilities, AI and machine learning functionalities, and data migration processes. Overall, this PWS emphasizes the need for a secure and efficient archive management solution that complies with governmental policies while improving user experience in accessing historical records.
Apr 7, 2025, 11:04 AM UTC
The document addresses a series of questions related to the implementation timeline and contract terms for a content management system (CMS) solution intended for the United States Army Heritage and Education Center (USAHEC). The scheduled go-live date for the CMS is set for no later than September 26, 2025, although an expedited completion is preferred. The inquiry regarding an extension of an April 14, 2025 deadline has been denied to ensure a competitive proposal. The document confirms the need for 50 concurrent user licenses and states that certain contract aspects, particularly ownership of source code, are non-negotiable per the company's software policy. However, the hours for support services (0600-1700) can be negotiated and may be specified by the vendor in their proposal documentation. This summary captures crucial details about timeline, licensing, contract negotiations, and support services relevant to the federal RFP process for the USAHEC project.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
cArmy Enterprise Assessment System (AEAS)
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking interested vendors to support the Center for Army Leadership at Fort Leavenworth, Kansas, through a Sources Sought notice for the cArmy Enterprise Assessment System (cAEAS). The objective is to procure a Commercial Off the Shelf (COTS) solution that facilitates the administration of Army assessments and feedback for various military audiences, enhancing leadership development and operational effectiveness. This initiative is crucial for addressing current challenges in assessment delivery and data management, as the cAEAS platform is designed to handle sensitive Department of Defense data while providing scalable assessment capabilities. Interested parties must submit a capabilities statement by 2:00 PM CST on May 3, 2025, to Mr. Christopher Barnes at christopher.a.barnes74.civ@army.mil, with the anticipated contract being a Firm Fixed Price award for one base year and two option years.
Health Care Delivery IT Solutions (MHS GENESIS) Documentation
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking small businesses to provide documentation services for the MHS GENESIS electronic health record system. The primary objective is to revise and update existing technical documentation to ensure it is comprehensive and understandable for third parties, facilitating future responses to requests for proposals (RFPs) and ongoing maintenance of the system. MHS GENESIS is a complex system that integrates various health record components and serves over 9.6 million beneficiaries, making accurate documentation critical for operational efficiency and compliance. Interested parties must submit their capability statements by April 28, 2025, to the designated email address, with a maximum of seven pages for their response.
Smithsonian Institution National Museum of African American History and Culture Digital Experience Initiative Request for Proposals
Buyer not available
The Smithsonian Institution's National Museum of African American History and Culture is seeking proposals for its Digital Experience Initiative, aimed at enhancing the Searchable Museum platform. The initiative focuses on improving accessibility, discoverability, and user engagement through the development of new interactive features and digital content experiences that align with the Museum's strategic goals. This opportunity is significant as it supports the Museum's mission to provide comprehensive online access to African American history and culture, engaging a diverse audience. Interested Offerors should note that the RFP will be available on or about April 7, 2025, and must meet minimum qualifications to be considered for the contract. For further inquiries, contact Shanise Gholston at gholstons@si.edu.
Legal Trial Presentation Software for USACE
Buyer not available
The U.S. Army Corps of Engineers (USACE) is seeking information from vendors regarding the procurement of Legal Trial Presentation Software to support its Automated Legal System (CEALS). The primary objective is to acquire licensing and maintenance support for 50 end users, enabling efficient management of civil litigation and administrative claims before various government bodies, including the Armed Services Board of Contract Appeals and the Equal Employment Opportunity Commission. This software will facilitate essential functions such as uploading and organizing exhibits, creating video clips, and ensuring both online and offline data access, thereby streamlining legal processes and compliance. Interested parties are encouraged to submit their responses, including company capabilities and a rough order of magnitude estimate, by 1:00 PM ET on May 1, 2025, with questions due by May 28, 2025. For further inquiries, contact Jordan Baker at Jordan.D.Baker@usace.army.mil or Giorgiana Chen at Giorgiana.Chen@usace.army.mil.
Smithsonian Institution National Museum of African American History and Culture Digital Experience Initiative Request for Proposals
Buyer not available
The Smithsonian Institution is soliciting proposals for the Digital Experience Initiative at the National Museum of African American History and Culture (NMAAHC), specifically focusing on enhancing the online exhibition experience for its Slavery and Freedom exhibition and other permanent exhibitions. The project aims to improve the accessibility, usability, and engagement of the Searchable Museum platform through comprehensive web development services, audience research, and the creation of new digital content experiences. This initiative is crucial for expanding the Museum's reach and impact, ensuring that educational resources about African American history are accessible to diverse audiences both digitally and in-person. Interested offerors must submit their proposals electronically by May 21, 2025, and can contact Shanise Gholston at gholstons@si.edu for further information.
Request for Proposal - Materiel Fielding and Medical Liaison Support Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for Materiel Fielding and Medical Liaison Support Services under solicitation number W911QY25RA001. The procurement aims to enhance Army medical readiness through comprehensive management, procurement, and distribution of medical equipment and supplies, ensuring operational support for military personnel. This initiative is critical for maintaining healthcare capabilities within the Army, with a performance period spanning from July 3, 2025, to July 2, 2026, and options for additional years. Interested parties must submit their proposals by April 21, 2025, and can direct inquiries to Patrick Wallace at patrick.j.wallace3.civ@army.mil or Trisha Scott at trisha.r.scott.civ@army.mil.
Product Manager (PdM) Combat Service Support Equipment (CSSE) Services RFI
Buyer not available
The Department of Defense, through the Marine Corps Systems Command (MARCORSYSCOM), is seeking responses to a Request for Information (RFI) for Acquisition Lifecycle Management Support related to the Product Manager Combat Service Support Equipment (CSSE). The objective is to gather capabilities statements from interested vendors to assist in planning and executing acquisition programs that encompass logistics, engineering, risk management, and training for various Marine Corps systems. This initiative is crucial for ensuring the effective development and staffing of programmatic efforts that support the Marine Corps' operational requirements. Interested parties must submit their white papers by May 8, 2025, and direct any questions to Jessica Munoz at jessica.m.munoz.civ@usmc.mil or Ebony King at ebony.king@usmc.mil by April 15, 2025. Responses will become government property, and there is no obligation for the government to contract for the requested services.
DA01--VA-25-00055408 CONTINUOUS ASSET MANAGEMENT AND ENHANCEMENTS
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified contractors for the Continuous Asset Management and Enhancements project, as outlined in solicitation number 36C10B25Q0233. The primary objective is to identify solutions for effective asset identification and correlation, supporting the VA's Office of Information Security, with a focus on creating and maintaining accurate inventories of assets and software, automating data correlation, and ensuring compliance with security policies. This initiative is crucial for enhancing asset management practices and security compliance within the VA, ultimately benefiting veteran services. Interested vendors must submit their responses by April 4, 2025, at 1:00 PM EST, and can contact Contract Specialist Luis Lozada-Santiago at luis.lozada-santiago@va.gov or 848-377-5245 for further information.
ACC-APG Natick Division FY25 Upcoming Aquisitions
Buyer not available
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.
Managing Army's Human Capital - Innovation, Integration, and Implementation (MAHC III)
Buyer not available
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.