Logistics (LOG) Information Technology (IT) Capability Modernization, Deployment, and Support (CMDS)
ID: N68520-24-R-0020Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYFLEET READINESS CENTERPATUXENT RIVER, MD, 20670, USA

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)

Set Aside

Partial Small Business Set-Aside (FAR 19.5) (SBP)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking contractors for the Logistics Information Technology Capability Modernization, Deployment, and Support (CMDS) services. This procurement aims to provide continuous modernization and operational support for over 300 Logistics IT systems utilized by Naval Systems Commands and the U.S. Coast Guard, focusing on areas such as Naval Maintenance, Supply Chain Management, and Product Lifecycle Management. The anticipated contract will be a multiple award Indefinite Delivery/Indefinite Quantity (IDIQ) type, with a total funding amount potentially reaching $250 million over a five-year period, and is set to be awarded in the second quarter of FY25. Interested parties are encouraged to submit questions regarding the draft solicitation by September 11, 2024, to the primary contacts, Courtney Dagenhart and Meghan Huett, via the provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details the scope and requirements for the Logistics IT Capability Modernization, Deployment, and Support (CMDS), administered by the Program Executive Office (PEO) Manpower, Logistics, and Business Solutions (MLB). It outlines the management of over 300 Logistics IT systems utilized by Naval Systems Commands and the U.S. Coast Guard, highlighting the modernization of key operational capabilities such as Naval Maintenance, Supply Chain Management, and Product Lifecycle Management. The CMDS encompasses two major acquisition areas aimed at continuous modernization and support: LOG IT Portfolio Integration and this CMDS initiative specifically. Key service requirements include capability modernization, operational support, and afloat installation across various systems. The document is structured into service requirements that define tasks like design, development, integration, testing, and support for these critical logistics systems. It emphasizes the significance of using current technologies, ensuring compliance with cybersecurity protocols, and fostering efficiency through streamlined operations. Overall, the CMDS aims to enhance logistical operations vital for Naval and Coast Guard missions, demonstrating a commitment to modernizing and maintaining essential IT capabilities while ensuring robust operational support and sustainability.
    The document outlines the Logistics IT Integration and Support (LIIS) Capability Modernization, Deployment, and Support (CMDS) Multiple Award Contract (MAC). This federal procurement aims to address a range of logistics IT requirements for the Naval Maintenance, Repair, and Overhaul (N-MRO) and Naval Supply Chain Management (N-SCM). The solicitation is a partial Small Business Set-Aside under NAICS code 541512, targeting contracts that could cumulatively total up to $250 million over a five-year period. It allows for various task order (TO) types, including firm-fixed price (FFP) and cost-plus-fixed-fee (CPFF) options. The document specifies contracting procedures, including the requirement of fair opportunity for bids and detailed task order evaluation. The contract also embraces security measures for employees, outlines procedures for travel and reimbursement, and emphasizes adherence to quality standards. Additionally, there are regulations regarding organizational conflicts of interest and limitations on subcontracting to ensure competitive fairness. The LIIS CMDS MAC is positioned to enhance IT logistics capabilities for the Department of Defense while ensuring compliance with federal regulations throughout its lifecycle.
    The document is a draft solicitation for the LIIS CMDS MAC, a government initiative aimed at gathering information regarding sources for a specific project. It encompasses various components, such as a sources sought notice, performance work statement (PWS), request for proposals (RFP), and attached materials. The purpose of the solicitation is to facilitate discussions by collecting questions and responses from the government to clarify project specifications and requirements. This process is critical in ensuring a comprehensive understanding among potential contractors and stakeholders within the context of federal and state procurement procedures. Overall, the solicitation aims to prepare for future contracting opportunities by outlining the framework for project engagement and response protocols.
    The document outlines questions and responses regarding the Draft Request for Proposal (RFP) for the Logistics Integration Management Services (LIIS) Capability Modernization and Development Support (CMDS) Multiple Award Contract (MAC). Key topics include government procurement procedures, such as the non-release of Sections L and M prior to the final RFP, and various critical requirements for contractors bidding on specific labor categories, performance metrics, and integration tasks. The government emphasizes the need for close collaboration between application development and infrastructure entities under separate task orders. It details the integration requirements, including hosting environment specifications and security protocols. Additional questions address small business set-asides, the anticipated award structure across Lots A and B, and the evaluation criteria for proposals, which will be elaborated on in the final release of the RFP. Overall, the document serves as a platform for potential contractors to prepare effectively for the forthcoming solicitation while clarifying expectations about collaboration, compliance, and the role of subcontractors in this government procurement initiative.
    Similar Opportunities
    Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) Contracts for Leasing Multi-Functional Devices (MFDs) for Navy Marine Corps Intranet (NMCI)
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking qualified sources for Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contracts to lease Multi-Functional Devices (MFDs) and associated services for the Navy Marine Corps Intranet (NMCI). The procurement aims to provide MFDs, accessories, and office document devices, along with installation, maintenance, training, and network security services for a period of up to 60 months at a flat rate. These contracts are crucial for ensuring efficient document management and operational support within the Department of the Navy. Interested companies must submit a capabilities package by December 12, 2025, and direct any questions by November 14, 2025, to the designated contacts, Matthew O’Brien and Jennifer DeWease, via their provided emails.
    CDS Sustainment FY32-37
    Buyer not available
    The Department of Defense, specifically the Naval Air Systems Command, intends to solicit and negotiate a sole-source contract with Lockheed Martin Aeronautics Company for the CDS Sustainment effort from FY32 to FY37. This contract will provide integrated sustainment support for the Joint Reprogramming Enterprise (JRE), which includes maintaining mission equipment, software tools, and support personnel across various reprogramming labs for the U.S. Air Force, Navy, Marine Corps, and international partners. The work is critical for ensuring the operational readiness and effectiveness of the F-35 aircraft, with the contract expected to span five years, commencing in 2032. Interested parties may submit capability statements or proposals within 15 days of this notice, and inquiries can be directed to Austin Simoni at austin.simoni@jsf.mil or by phone at 757-803-4648.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Buyer not available
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking proposals for a Multiple-Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract to provide command, control, and logistics support services for its missions. The contract will require the contractor to supply a U.S.-built vessel with specific operational capabilities, including a 2,000 nautical mile range and the ability to accommodate 12 Coast Guard personnel, while performing operations primarily in the Caribbean Basin and other designated areas. This procurement is crucial for ensuring effective logistics and transportation support for USCG operations, with a total funding ceiling of $99 million over a five-year period, starting from April 1, 2026, to March 31, 2031. Interested parties can reach out to primary contact Justin Geisendaffer at justin.m.geisendaffer@uscg.mil or secondary contact Sara Andrukonis at sara.k.andrukonis@uscg.mil for further details.
    Maritime Launched Effects - Increment 1 (MLE-1) Request for Information
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is issuing a Request for Information (RFI) for the Maritime Launched Effects - Increment 1 (MLE-1) program, aimed at gathering industry input for the development of loitering munitions. This initiative seeks to identify viable prototype systems that can be integrated with SOCOM Combatant Craft to fulfill MLE-1 requirements, which include capabilities for precision strike missions over-the-horizon. The MLE-1 program is critical for enhancing naval warfare capabilities, providing an organic precision-strike mission package designed to minimize collateral damage while maximizing operational effectiveness. Interested vendors must submit their responses by 5:00 PM EST on December 19, 2025, and can direct inquiries to Matthew C. Hedrick at matthew.c.hedrick.civ@us.navy.mil or Nick Lovasz at nicholas.c.lovasz.mil@us.navy.mil. Additionally, vendors must comply with the Terms of Use Agreement for Government Furnished Information, which includes strict handling and disclosure protocols.
    Unmanned Maritime Systems Support (UMSS)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting proposals for Unmanned Maritime Systems Support (UMSS) under Request for Proposal (RFP) No. N6600126R0018. The procurement aims to provide comprehensive services including design, fabrication, integration, testing, and maintenance of unmanned maritime systems that support various U.S. Navy missions, such as explosive ordnance disposal and anti-submarine warfare. This contract is crucial for advancing the Navy's capabilities in both current and future maritime operations, with an anticipated award of multiple indefinite-delivery, indefinite quantity (IDIQ) contracts over an eight-year period. Interested firms should note that the RFP response deadline is extended to December 11, 2025, and for inquiries, contact Paige Miller at paige.r.miller5.civ@us.navy.mil or call 619-553-4386.
    February 2025 NSWCPD Multiple Award Contract Task Order Forecast
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is forecasting multiple award contract task orders for various U.S. Navy projects scheduled for February 2025. These projects will involve installation and maintenance work primarily under the Big Blue MAC and D40 Equipment Services MAC contracts, focusing on upgrading critical naval equipment systems such as Voyage Data Recorders, Integrated Bridge Systems, and Engine Repairs. The anticipated contract values for these projects range from under $2 million to $50 million, reflecting the Navy's ongoing commitment to enhancing operational capabilities. Interested contractors should prepare for upcoming Requests for Proposals (RFPs) and note that specific project details, including contact information and timelines, are outlined in the associated documentation.
    USNS MEGAR EVERS 2026 MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    RAPID_MAC_FORECAST_FEBRUARY_2025
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVAIR NAWC AD, is announcing a special notice regarding the RAPID MAC Monthly Forecast for February 2025. This opportunity involves the anticipated issuance of two task orders focused on engineering and technical support for the Ship & Air Integrated Warfare (SAIW) Division, which will facilitate C4I System Integration Test and Evaluation (SITE) and support legacy systems aboard Atlantic and Pacific Fleet ships. The task orders are projected to have notional values ranging from under $50 million to $100 million and will cover critical support activities from May to September 2025. Interested vendors should note that the RAPID MAC Monthly Forecast will be available on SAM.gov, and for further inquiries, they can contact Christopher Pennini at christopher.k.pennini.civ@us.navy.mil or Veronica Mayhew at veronica.a.mayhew.civ@us.navy.mil.
    Ship Self-Defense System (SSDS) Sustainment / Production Hardware
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking industry input for the procurement of Ship Self-Defense System (SSDS) Sustainment and Production Hardware. This initiative aims to address Diminishing Manufacturing Sources and Material Shortages (DMSMS), obsolescence solutions, and the sustainment of critical hardware components such as Maintenance Assist Modules (MAMs) and Portable Maintenance Aid (PMA) Laptops for U.S. Navy vessels. The SSDS program is vital for ensuring the operational readiness and environmental compliance of Navy surface ships, particularly amphibious ships and aircraft carriers. Interested contractors must submit their responses by January 19, 2026, and are encouraged to contact Frederick Mitchell at frederick.m.mitchell.civ@us.navy.mil for further details, while adhering to the requirements outlined in the draft Statement of Work and associated documents.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.