The document outlines a Performance Work Statement for the acquisition of Configuration Management Professional (CMPro) user licenses for the U.S. Naval Observatory (USNO). CMPro software is a commercial-off-the-shelf solution designed to support asset management in compliance with regulatory and quality requirements, particularly within the Department of Defense (DoD). The immediate requirement pertains to a web-hosted Software as a Service implementation, with provisions for future-year renewal and support.
The initial purchase includes various Contract Line-Item Numbers (CLINs) relating to licenses, maintenance, support, and travel. Future optional years also feature additional CLINs for ongoing maintenance and support services. The project work will take place at the USNO facility in Washington, D.C., with required equipment costs covered by the agency.
The overall duration of the contract is 12 months, with four available option periods for renewal. This initiative is part of the federal government's procurement process to ensure efficient management of software solutions necessary for compliance with risk management frameworks. The statement specifies logistical arrangements such as travel for onsite support and training, underscoring the comprehensive nature of the contract's scope and requirements.
The Naval Supply Center (NAVSUP) Fleet Logistics Center Norfolk is issuing a Request for Information (RFI) to identify capable vendors for a contract involving the provision of Configuration Management Professional (CMPro) User Licenses for the United States Naval Observatory (USNO). This RFI aims to gather written information only; it will not lead to any contract awards and incurs no cost to the Government.
Interested vendors must respond by submitting details such as company information, size classification, CAGE Code, and SAM registration, along with a capability statement demonstrating their experience and strategies for fulfilling this requirement. The document includes guidance on response structure and indicates issues the Government should consider concerning the project.
Responses are due by May 2, 2025, and must not exceed five pages, clearly marked for proprietary content where applicable. The RFI serves as a preliminary step for market research to inform future solicitations but does not obligate the Government in any way, including answering queries from respondents. Potential respondents are encouraged to refer to the associated Draft Performance Work Statement for further information.