U.S. Army Fire & Emergency Services (F&ES) Enterprise Wide Information Technology Cloud-Based Software License Solution & Ancillary Support Services
ID: W9124J-25-R-AFESType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FDO FT SAM HOUSTONFORT SAM HOUSTON, TX, 78234-1361, USA

NAICS

Software Publishers (513210)
Timeline
  1. 1
    Posted Mar 19, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 10:00 PM UTC
Description

The Department of the Army is seeking a contractor to provide a FedRAMP-compliant cloud-based software license solution and ancillary support services for its Fire & Emergency Services (F&ES) program, which operates across 273 fire stations. The contractor will deliver a Commercial-Off-the-Shelf (COTS) solution that includes setup, installation, training, and 24/7 help desk support, with the aim of standardizing data management, improving accessibility, and enhancing reporting capabilities across 109 F&ES organizations. This initiative is crucial for ensuring data security, real-time access to reports, and compliance with federal regulations, thereby modernizing the Army's emergency services capabilities. Interested parties must respond to the Sources Sought Notice by April 18, 2025, providing relevant company details and previous experience, with inquiries directed to Teresa Agostino at teresa.m.agostino.civ@army.mil or Angelic M. Hatcher at angelic.m.hatcher.civ@army.mil.

Files
Title
Posted
Mar 25, 2025, 6:05 PM UTC
The U.S. Army seeks a contractor to provide a FedRAMP-compliant Cloud-Based Software License solution for its Fire & Emergency Services (F&ES) program, supporting operations in 273 fire stations. The contract aims to standardize data management, improve accessibility, and enhance reporting capabilities across 109 F&ES organizations. The contractor will deliver a Commercial-Off-the-Shelf (COTS) solution with ancillary non-personal services including setup, installation, training, and 24/7 help desk support. Key objectives include ensuring data security, real-time access to reports, compliance with NFIRS/NERIS, and system interoperability for tracking incidents and resource management. The contractor will also provide program management to monitor progress, manage budgets, and conduct regular reviews. The performance work statement outlines a base year contract with four optional extension periods, emphasizing a quality control framework, adherence to cybersecurity standards, and the development of a Project Management Plan. The document specifies contractor responsibilities, security measures, and compliance requirements under federal regulations, aiming to bolster operational efficiency and data integrity for U.S. Army emergency services. The strategic initiative reflects the Army's commitment to modernizing its F&ES capabilities while ensuring reliability and security.
The U.S. Government is issuing a Sources Sought Notice to gather information regarding a sole source contract intended for E-9 / Locality Medica, Inc. (DBA: First Due) to support their Fire & Emergency Services Federal Risk and Authorization Management Program (FedRAMP). The contract will provide a cloud-based software license solution for a maximum period of 66 months. The procurement follows the guidelines of 10 U.S.C §2304(c)(1) regarding only one responsible source. Interested firms are invited to submit relevant experience and capabilities, while also providing information about their business and any necessary documentation. The notice clarifies that responses will not be returned, and the government isn't soliciting bids at this time. The notice emphasizes that participation in a future solicitation isn't hindered by the response to this notice. Interested parties must provide input on competition restrictions, experience in similar contracts, and recommendations for improving the acquisition strategy. Responses are due by 12:00 PM CST on April 16, 2025, directed to designated contacts. This process underlines the government's intent to ensure compliance and efficiency in acquiring essential software services for their emergency management needs.
The U.S. Government is issuing a Sources Sought Notice for a sole source contract with E-9 / Locality Medica, Inc. (DBA: First Due) to provide a FedRAMP compliant cloud-based software license solution for Fire & Emergency Services. The contract will span up to 66 months under the authority of 10 U.S.C §2304(c)(1), allowing for procurement from a single source. Interested parties are invited to respond with relevant company details, competitive input, and information about previous experiences, helping assess their capability to meet the need for technical services. The document emphasizes that this notice doesn't reflect a commitment to issue further solicitations or accept unsolicited proposals. Additionally, responses are due by April 18, 2025, and must include specific contact information and organization size designation. Firms are encouraged to articulate any potential competitive restrictions identified in the procurement process. This notice serves to seek information and gauge interest, aligning with governmental practices for acquiring necessary software solutions efficiently.
Similar Opportunities
DLA FIRE AND AMERGENCY APPLICATION SOFTWARE
Buyer not available
The Defense Logistics Agency (DLA) is soliciting proposals for Fire and Emergency Application Software under the Request for Proposal (RFP) SP4701-25-R-0005, with a focus on enhancing fire and emergency medical services operations. The procurement aims to secure a comprehensive software solution that includes components such as safety analytics, HIPAA certification, and management support, all intended to improve emergency response efficiency and compliance with safety regulations. This initiative underscores the DLA's commitment to investing in critical technology infrastructure to support public safety operations. Interested vendors must submit their proposals via email to the designated contacts by April 16, 2025, with the contract performance period set from May 16, 2025, to May 15, 2026.
CyberFEDS online subscription for USACE
Buyer not available
The U.S. Army Corps of Engineers (USACE) is seeking information from qualified vendors regarding a potential contract for a subscription to the cyberFEDS online platform, which provides essential legal resources related to Federal sector employment law. The procurement aims to secure a continued subscription service that includes 180 licenses, covering a base year with four optional extension years, to support the USACE Office of the Chief Counsel in managing Employee Relations, Labor Relations, and Workforce Management. The cyberFEDS service is critical for maintaining informed legal counsel through access to federal legal cases, board decisions, guides, newsletters, and checklists. Interested parties must submit their capability statements and responses by 1:00 PM ET on April 14, 2025, to both Giorgiana Chen and Selena Brooks via email, with questions due by April 9, 2025.
Enterprise Fire Alarm Control Panel (FACP) Systems
Buyer not available
The Department of Defense, specifically the U.S. Army Installation Management Command (IMCOM), is seeking industry feedback through a Sources Sought Notice for the procurement of Fire Alarm Control Panel (FACP) systems. The objective is to standardize these systems across all Army installations within the Continental United States, Alaska, Puerto Rico, Hawaii, and select overseas locations, reducing the number of manufacturers from thirty-eight to four—Honeywell, Johnson Control, Monaco, and Siemens—to enhance cost efficiency and operational effectiveness. This initiative aims to streamline procurement processes for replacements or new installations under Firm-Fixed-Price contracts, while also inviting responses from firms capable of providing comparable products. Interested parties should direct inquiries to Brayden Lazenby at brayden.v.lazenby.civ@army.mil or Sylvia Farmer at sylvia.farmer.civ@army.mil, with responses encouraged by the specified deadline to facilitate clarity in the contracting process.
RFI - Salesforce Software Licenses
Buyer not available
The Department of Defense, specifically the Army Contracting Command-Rock Island (ACC-RI), is seeking information from qualified vendors capable of providing a comprehensive suite of Salesforce software licenses. The Army is interested in obtaining licenses for various Salesforce products, including Sales Cloud, Service Cloud, Marketing Cloud, Commerce Cloud, Experience Cloud, and Analytics Cloud, among others, to enhance their operational capabilities. This Request for Information (RFI) aims to gather insights on vendor capabilities, including full suite availability, reseller information, and any value-added services offered, without committing to a contract or proposal at this stage. Interested vendors should submit their responses electronically to the designated contacts by April 15, 2025, with a concise response limited to two pages.
Litigation Case Management Software Solution
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking vendors to provide a cloud-based Litigation Case Management Software Solution to enhance its legal operations. The objective is to replace the existing SQL-based system with a comprehensive Software as a Service (SaaS) solution that can manage a variety of legal cases, including Federal Court litigations and contract disputes, while ensuring compliance with DoD security requirements. This procurement is crucial for improving efficiency and accountability in legal services, with the contract expected to span one base year and four optional years. Interested parties must submit their responses to the Sources Sought notice by April 14, 2025, at 10:00 A.M. ET, via email to the primary contact, Jordan Baker, at jordan.d.baker@usace.army.mil, and the secondary contact, Giorgiana Chen, at giorgiana.chen@usace.army.mil.
Fire Station Alerting System
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for a Fire Station Alerting System through a Combined Synopsis/Solicitation. This procurement aims to enhance emergency response capabilities by implementing a reliable alerting system for fire stations, which is critical for ensuring timely responses to emergencies. The opportunity is set aside for small businesses under the SBA guidelines, with a focus on the manufacturing of radio and television broadcasting and wireless communications equipment, as indicated by the NAICS code 334220. Interested vendors can reach out to Anthony Sweat at anthony.j.sweat.civ@army.mil or by phone at 804-633-8317, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further inquiries.
D--Request for Information (RFI) USACE CWBI / IGP
Buyer not available
The Department of the Interior, through the Interior Business Center Acquisition Services Directorate, is issuing a Request for Information (RFI) on behalf of the U.S. Army Corps of Engineers (USACE) for the Civil Works Business Intelligence (CWBI) and Installation Geospatial Platform (IGP). This RFI seeks industry feedback on draft requirements to inform an acquisition strategy, encouraging vendors to share insights on their experiences, best practices, and commercial solutions that align with USACE's objectives. The initiative is crucial for enhancing USACE's operational capabilities in cloud services, data analytics, and cybersecurity, supporting the Department of Defense's mission. Interested parties must submit their responses electronically by 11:00 AM Eastern Time on April 14, 2025, and can contact Carla Mosley at cmosley@ibc.doi.gov or (571) 560-1401 for further information.
Fire extinguishers facility and vehicle
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of fire extinguishers intended for emergency response facilities and vehicles. This contract, categorized under the NAICS code 339999 for All Other Miscellaneous Manufacturing, aims to ensure that emergency response teams are equipped with the necessary firefighting equipment to effectively manage fire-related incidents. The procurement is particularly significant as it supports the safety and operational readiness of emergency response units. Interested small businesses are encouraged to submit their proposals by April 15, 2024, and can direct inquiries to Jose Arriola at jose.a.arriola.civ@army.mil or Joy Davis at joy.l.davis18.civ@army.mil for further information.
HERO (Hazards of Electromagnetic Radiation to Ordnance) certified Toughbook Laptops
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command-Rock Island (ACC-RI), is seeking qualified vendors to provide five HERO (Hazards of Electromagnetic Radiation to Ordnance) certified Toughbook laptops for the Headquarters, Department of Army (HQDA). The procurement aims to enhance operational capabilities by acquiring laptops that meet specific requirements, including certification in HERO, compliance with Windows 11, compatibility with Toughbook G1 and 20 docks, an infrared webcam with biometric authentication, and three expansion bays featuring a quick-release SSD. This initiative underscores the Army's commitment to integrating advanced technology for safety and operational efficiency in handling electronic equipment related to ordnance. Interested vendors must submit their capability statements by 12:00 P.M. CST on April 17, 2025, to Nathan Zabel at nathan.l.zabel.civ@army.mil, as this notice is for information gathering and not a solicitation for proposals.
RFI SOURCES SOUGHT SYNOPSIS EUCOM FAAD C2 & AMDWS Field Service Representative (FSR), Engineering Support, Technical Support, and Maintenance Services for Eastern European NATO nations
Buyer not available
The Department of Defense, through the Army Contracting Command at Redstone Arsenal, is conducting market research to identify potential sources for a contract related to Command and Control (C2) Engineering and Support, specifically for Air Defense and Counter-Unmanned Aerial Systems (C-UAS) integration into NATO architecture for Eastern European nations. The anticipated contract, set to be awarded in September 2025, will require software engineering, field support, technical assistance, and interoperability testing, funded by Fiscal Year 2024 European Command Building Partner Capacity funds. Interested parties must meet security clearance requirements and demonstrate compliance with specific cybersecurity standards, with responses due by April 25, 2025. For further inquiries, companies can contact Wendy J. Flournoy at wendy.j.flournoy.civ@army.mil or Leigh Kellstrom at leigh.t.kellstrom.civ@army.mil.