Unified Network Operations (UNO) / Multiple Award IDIQ (Part 3) under PEO C3T
ID: W15P7T-24-UNORFI4Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APGABERDEEN PROVING GROU, MD, 21005-1846, USA

NAICS

Computer Systems Design Services (541512)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, through the Army Contracting Command at Aberdeen Proving Ground, is seeking industry feedback on the Second Draft Request for Proposal (RFP) for the Unified Network Operations (UNO) program, which is part of a Multiple Award Indefinite Delivery Indefinite Quantity (MA-IDIQ) contract. This initiative aims to unify the Army's tactical and enterprise networks, enhancing the Department of Defense Information Network Operations (DODINOPS) through interoperable and standards-based software applications. The program is critical for modernizing the Army's network capabilities to address emerging threats effectively. Interested vendors must submit a fully executed MA IDIQ Tech Doc Access Compliance Certification and Non-Disclosure Agreement (NDA) to access the draft documents, with responses due by October 31, 2024, at noon EST. For further inquiries, contact Crystal Ross or Jonathan Bauman via their provided emails.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Non-Disclosure Agreement (NDA) specifically for vendors seeking access to Controlled Unclassified Information (CUI) related to a Request for Proposal (RFP) from the Project Manager Interoperability, Integration, and Services (PM I2S). Vendors must ensure that their team members, composed exclusively of U.S. citizens, adhere to strict safeguarding, handling, and dissemination standards as defined by U.S. regulations. Key provisions include obligations to protect classified data as per relevant laws, avoid unauthorized disclosures, complete CUI training, and report any breaches. Additionally, the document stipulates that upon completion of the RFP process, all accessed CUI must be destroyed, with certifications of destruction provided to PM I2S. The agreement also emphasizes that violations may lead to sanctions or cancellation of access to crucial information. The NDA is part of broader compliance protocols tied to federal and military contract guidelines, ensuring that sensitive information is safeguarded from unauthorized exposure during the procurement process. Compliance with these regulations is critical for effective project execution while maintaining national security interests.
    Lifecycle
    Similar Opportunities
    Unified Network Operations (UNO) / Multiple Award IDIQ (Part 2) under PEO C3T
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Aberdeen Proving Ground, is seeking industry feedback for the Unified Network Operations (UNO) program, which will be procured via a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract. This initiative aims to unify the Army's tactical and enterprise networks, enhancing interoperability and standardization of Department of Defense Information Network Operations (DODINOPS) software applications. The UNO program is critical for the Army's network modernization efforts, ensuring agility and affordability in addressing emerging threats. Interested parties must submit their responses to the Request for Information (RFI) by July 17, 2024, and can contact Jonathan Bauman at jonathan.m.bauman2.civ@army.mil for further inquiries.
    Request for Information: New Modern Software for Defense Multiple Award IDIQ
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking responses for a Draft Request for Proposal (RFP) related to a Multiple Award Indefinite Delivery Indefinite Quantity (MAIDIQ) contract for Modern Software Development (MSD). The procurement aims to enhance the Army's software capabilities through custom software solutions, integration of existing systems, and modernization of software security, while adhering to agile methodologies and modern software practices such as DevSecOps and CI/CD. This initiative is critical for improving operational effectiveness and ensuring the Army's competitive advantage in software development. Interested parties must submit their feedback via the Comment Matrix by 10:00 AM on October 25, 2024, to the designated email address, with further details available in the attached documents.
    Marine Ammunition Knowledge Enterprise (MAKE) One Network NEO Licensing and Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking to award a sole source Firm-Fixed-Price contract to One Network Enterprises Incorporated (ONE Inc.) for the licensing and support of the Marine Ammunition Knowledge Enterprise (MAKE) One Network NEO software. This procurement aims to secure annual software licenses for the Ordnance Information System – Marine Corps (OIS–MC), which is crucial for maintaining munitions accountability and compliance with Department of the Navy standards. The contractor will provide a comprehensive software suite that includes various modules for production, development, and training, along with participation in bi-annual Change Advisory Board meetings to ensure adherence to federal guidelines. Interested parties can contact Brian Staub at BRIAN.A.STAUB2.CIV@US.NAVY.MIL or Antonia Roman-Varela at antonia.roman.civ@us.navy.mil for further details, with proposals due by the specified closing date in the solicitation posting.
    One Semi-Automated Forces (OneSAF) Solicitation
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Program Executive Office for Simulation, Training, and Instrumentation, is soliciting proposals for the One Semi-Automated Forces (OneSAF) program, which focuses on software development, integration, and support for Army training initiatives. The primary objectives include enhancing interoperability and supporting cloud-based software applications to reduce costs and improve training efficiency for various Army and affiliated organizations. This Indefinite Delivery/Indefinite Quantity (ID/IQ) contract has a minimum guarantee of $400,000 and a maximum ceiling value of $127 million over a six-year period, with proposals due by November 6, 2024, at 12 PM EST. Interested parties can direct inquiries to Contract Specialists Naillil DeJesus and Demetria Carter via email for further information.
    Test Enterprise Network Modernization (TENM)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army's Program Executive Office for Simulation, Training, and Instrumentation, is seeking industry input for the Test Enterprise Network Modernization (TENM) initiative, aimed at enhancing the Army Test and Evaluation Command's (ATEC) network infrastructure. This program focuses on developing a hybrid fiber and wireless network architecture to address critical bandwidth limitations and improve connectivity across multiple subordinate organizations at various test locations. The modernization effort is essential for supporting rigorous testing demands, including high-definition data transfer and real-time analysis, ensuring the Army's operational effectiveness in current and future missions. Interested vendors, particularly small businesses, are encouraged to submit detailed technical solutions and Rough Order of Magnitude (ROM) cost estimates by June 28, 2024, with site visits scheduled for May and June 2024 to familiarize potential contractors with existing environments. For further inquiries, contact Constance K. Hastings at constance.k.hastings.civ@army.mil or Bobby Arora at bobby.arora.civ@army.mil.
    MATOC for USACE PROJECT & PROGRAM MANAGEMENT DELIVERY SUPPORT SERVICES
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is soliciting proposals for Project and Program Management Delivery Support Services under a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a maximum value of $47.6 million. The contract aims to enhance USACE's capabilities in delivering program and project support, focusing on Information Technology services, risk management, and compliance with cybersecurity standards. This opportunity is significant for contractors specializing in IT management support services, as it emphasizes the importance of effective project execution and quality assurance in federal contracting. Interested parties should direct inquiries to Doug Pohlman or Giorgiana Chen and submit proposals electronically by the specified deadline, with the performance period expected to commence in December 2024.
    ACC-APG Division D Competitive/Fair Opportunity Industry Update
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Aberdeen Proving Ground (ACC-APG) Division D, is issuing a special notice to update stakeholders on competitive acquisitions and solicit industry insights. The primary objective is to enhance communication regarding various procurement projects, including IT support services, environmental remediation, and soldier protection systems, which are crucial for maintaining operational readiness and effectiveness. Interested parties are encouraged to engage with contracting officers to provide feedback and insights, with all inquiries to be submitted via email within seven calendar days of updates. For further information, stakeholders can contact Kimberly A. McCarthy at kimberly.a.mccarthy14.civ@army.mil or Robin P. Donovan at robin.p.donovan.civ@army.mil, with all updates subject to change and no formal proposals being accepted at this time.
    Notice #2 Questions from Industry with answers
    Active
    Dept Of Defense
    The Department of Defense has issued a Special Notice regarding procurement processes related to the CECOM WWF Support program, specifically addressing questions from industry stakeholders. This opportunity involves the acquisition of materials valued at approximately $128 million, which will be managed predominantly by contractors responsible for ordering, receiving, and storing parts, with some support from government accounts using DODAAC funding. The new contract is anticipated to be a standalone Indefinite Delivery Indefinite Quantity (IDIQ) contract, with details on fixed fee caps and potential incentive fees to be clarified in a future Request for Information (RFI). For further inquiries, interested parties can contact Thadijah Williams at thadijah.t.williams.civ@army.mil or Sarah Chavez at sarah.e.chavez8.civ@army.mil.
    Program Executive Office Command Control, Communications: Tactical (PEO C3T) Mission Command: Hardware and Software Architecture recommendations for Cross Domain Solution (CDS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Program Executive Office Command Control, Communications: Tactical (PEO C3T), is seeking recommendations for hardware and software architecture related to Cross Domain Solutions (CDS) to enhance interoperability between security domains. The objective is to develop a CDS that meets the National Cross Domain Strategy Management Office (NCDSMO) requirements, enabling the secure transfer of information across multiple security domains, which is critical for effective Warfighter operations and intelligence sharing. Interested vendors must submit their responses electronically by noon (12 PM) EST on November 15, 2024, and are encouraged to address specific requirements outlined in the Request for Information (RFI), including compliance with IPv4 and IPv6 standards and support for high-threat networks. For inquiries, contact Virginia Pippen at virginia.a.pippen.civ@army.mil or Cynthia Grove at cynthia.a.grove.ctr@army.mil.
    Solicitation for Interface Unit, Fire NSN: 1290015389257
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Detroit (ACC-DTA), is soliciting proposals for a firm-fixed price, Indefinite Delivery Indefinite Quantity (IDIQ) contract for the supply of Interface Units for Fire Control, identified by NSN 1290-01-538-9257. This procurement is set aside for small businesses and includes a minimum purchase guarantee of 479 units, with a total potential of up to 761 units, emphasizing the importance of compliance with federal regulations and military standards. The solicitation, W56HZV-23-R-0066, requires electronic submission of proposals by October 28, 2024, and mandates that all contractors be registered in the System for Award Management (SAM) prior to bidding. Interested parties can contact Justine Broughton at justine.r.broughton.civ@army.mil for further information.