Army Protocol Event Management Software
ID: PANAPG25P0000012885Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APGABERDEEN PROVING GROU, MD, 21005-5001, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of the Army is seeking qualified vendors to provide event management software to support the management of events hosted by senior leaders. The new software solution is required to replace existing tools, such as the e-invitation platform and Microsoft Access, which will become obsolete by 2025, and must facilitate the creation of invitations, effective RSVP management, and real-time guest attendance updates. This procurement is crucial for ensuring streamlined event management processes while adhering to security protocols and accessibility standards. Interested parties must respond to the Sources Sought Notice by June 24, 2025, with their capabilities and qualifications, and can contact Ryan T. Baker at ryan.t.baker24.civ@army.mil for further information.

    Files
    Title
    Posted
    The Army Protocol seeks an event management software solution to enhance the management of events hosted by senior leaders in the Department of the Army. As existing tools like the e-invitation platform and Microsoft Access will become obsolete by 2025, the new software should allow seamless creation of invitations, effective management of RSVPs, and real-time updates on guest attendance. The requested software must feature a comprehensive guest list management system, customizable invitation capabilities, floorplan and seating chart functionalities, and 24/7 customer support. Additional requirements include adherence to security protocols, as outlined by the Defense Information Systems Agency, and accessibility for individuals with disabilities. The delivery of the software must occur within 60 days post-award, with a service agreement preferable for continued support and training. This RFP emphasizes the need for a solution that not only streamlines event management but also complies with Army-specific operational security and information assurance training requirements.
    The document is a Sources Sought Notice issued by the U.S. Army, aimed at identifying potential sources for an event management IT solution for the Army Protocol. This notice serves as a market research tool rather than a formal request for proposals or contracts, encouraging participation from various business categories, especially within the Small Business Community, including HUBZone and Service-Disabled Veteran-Owned Small Businesses. Responses are sought by May 28, 2025, with a focus on the capability of vendors to provide software that can manage, track, and execute events for senior Army leaders. Interested parties must address the extent of meeting specifications, indicate their business type, and demonstrate past performance with relevant projects. Key inquiries include the software's commercial availability, FEDRAMP authorization level, compliance with DISA security guidelines, public accessibility, and adherence to Section 508 for disability accessibility. The expected period of performance for any awarded contracts is estimated for August 2025.
    This Sources Sought Notice is issued by the Army to identify potential sources for event management software to support the Department of Army's senior leaders in managing events. It aims to gather information about the capabilities and qualifications of interested vendors, particularly encouraging small businesses and disadvantaged categories such as HUBZones, SDVOSBs, and WOSBs to participate. The solicitation, designated PANAPG-25-P-0000 012885, is not a binding agreement but serves market research purposes. Interested parties must respond via email by June 19, 2025, with information on their ability to meet specifications, business classification, experience, and responses to specific questions regarding software compliance and accessibility. The expected period of performance begins in August 2025, with contract performance taking place at the Army’s Pentagon office. This effort demonstrates the Army's commitment to ensuring competitive procurement while prioritizing engagement with small and diverse businesses in fulfilling government needs.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Propeller AeroPoint Ground Control Point Targets
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking responses from small businesses regarding the procurement of a brand name Annual Propeller AeroPoint Software as a Service Subscription for the Department of Geography and Environmental Engineering at the United States Military Academy in West Point, New York. This sources sought notice aims to gather information to determine if there are at least two qualified small businesses that can meet the requirement, which is crucial for potential set-aside opportunities. The government encourages participation from small businesses across various socioeconomic categories and emphasizes the importance of identifying capabilities at a fair market price. Interested parties must submit their responses by December 16, 2025, at 12:00 PM EST to Dennis Cook at dennis.j.cook8.civ@army.mil, including relevant details such as firm information, past experience, and recommendations for structuring the contract requirements.
    Residency Management Suite Software and Maintenance
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to sole source the procurement of the Residency Management Suite Software and its maintenance from Qgenda, LLC. This proprietary software is essential for unifying program and resident information into a centralized data warehouse, facilitating compliance with Accreditation Council Graduate Medical Education (ACGME) requirements for 36 Graduate Medical Education (GME) and 22 Graduate Allied Health programs, which collectively support over 700 residents and fellows annually. The software's capabilities are critical for accreditation tracking and management of GME work hours, ensuring the continuity of training for military medical professionals. The estimated value of this contract is $97,000, with an anticipated award date of December 31, 2025. Interested parties may submit capability statements to the primary contact, Rebecca Quint, at rebecca.d.quint.civ@health.mil, by 4:00 PM CT on December 19, 2025.
    DA10--Staff Scheduling Software Access and Support Service FY26 (VA-26-00027047)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking information from qualified vendors for the provision of Pharmacy Staff Scheduling Software Access and Support Services for Fiscal Year 2026. The procurement aims to secure a software platform that offers 24/7 access, hosting, updates, and technical support for 125 users at the Dallas VA Medical Center, ensuring compliance with federal and VA regulations regarding IT security and privacy. This service is critical for enhancing operational efficiency within the pharmacy department, and the contract will include a 12-month base period with four optional 12-month extensions. Interested vendors must submit their responses, including capability statements and corporate experience, by December 16, 2025, at 14:00 Eastern Time, via email to Justin Daniel and Evan Schlisserman, with the subject line indicating the service sought.
    Sources Sought CAPE EVAMOSC Platform Support -
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is conducting market research via a Sources Sought Notice for the Enterprise Visibility and Management of Operating and Support Cost (EVAMOSC) platform support. The objective of this procurement is to identify qualified and experienced businesses capable of sustaining and enhancing the EVAMOSC platform, which provides critical data-driven insights into major acquisition program costs for the Office of the Secretary of Defense Cost Assessment and Program Evaluation (OSD-CAPE). This platform is essential for fulfilling congressional requirements related to the analysis of operating and support costs for major weapon systems. Interested parties must respond by January 2, 2026, at 10:00 AM (Eastern Time), and submissions should demonstrate relevant experience and confirm a Secret Facility Clearance, with an estimated contract ceiling value of $75 million under NAICS code 541512 (Computer Systems Design Services). For further inquiries, contact Gervonna Crump-Williams at gervonna.b.crump-williams.civ@mail.mil or Ronica Shelton at ronica.l.shelton.civ@mail.mil.
    Interview platform software
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure interview platform software through a contract managed by the W6QM MICC-WEST POINT office. This opportunity involves a Justification and Approval for Award, indicating a specific need for software that facilitates business application and application development as a service within the IT and telecom sector. The procurement is crucial for enhancing operational efficiency and streamlining interview processes within the department. Interested vendors can reach out to Stephanie Nickolan-Barron at stephanie.l.nickolan-barron.civ@army.mil for further details regarding this opportunity.
    Request for Information (RFI) - BIQ Industry Day Announcement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is hosting an Industry Day on February 11–12, 2025, in Stafford, Virginia, to discuss Biocontainment, Isolation, and Quarantine (BIQ) requirements, including the Biological Containment Isolation System (BCIS), Portable Patient Transport System (PPTS), and Shipboard Isolation System (SIS). This event aims to engage industry members, inform them about current and future needs, and gather market research on existing technologies related to these critical systems designed for managing highly contagious infectious diseases (HCIDs). Interested participants must register via the Joint Enterprise Technology Tool (JETT) by January 28, 2026, with foreign attendees required to register by January 8, 2026; they are also encouraged to upload their RFI responses, specifying “BCIS/PPTS/SIS RFI” in the RFI field. For further inquiries, attendees can contact Peter W. Stahley at peter.w.stahley.civ@army.mil or Dan Adams at dan.l.adams2.civ@mail.mil.
    NOTICE OF INTENT TO SOLE SOURCE - ISPORTSMAN INTERFACE
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, intends to issue a sole source Firm Fixed Price purchase order for the iSportsman interface, which serves as a website interface for the installation in Maryland. This procurement is aimed at acquiring a solution that meets the unique requirements of the United States Army Installation Management Command, with the iSportsman interface being the only option that complies with FEDRAMP requirements and the Sikes Act, ensuring standardized access for outdoor activities across military installations. Interested parties should note that responses to this notice must be submitted by December 12, 2025, at 9:00 AM EST, and the anticipated award date is set for January 1, 2026; for further inquiries, contact Margaret Keelty or Donna Poteat via their provided emails.
    Leankor PM Software - Redacted EFO
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure program management software known as Leankor PM Software to support the PEO Combat Support & Combat Service Support (PEO CS&CSS). This software is intended for tracking and reporting on contract actions, with capabilities to create dashboards for contract information and personnel systems. The procurement is justified under FAR 16.505(a)(4) for items peculiar to one manufacturer, and the contract has been awarded to Carahsoft Technology Corp. Interested parties can reach out to Asoma A. Al Najjar at asoma.a.alnajjar.civ@army.mil or by phone at 248-877-0681 for further inquiries.
    Oracle Software Maintenance and Support Renewal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to renew Oracle software maintenance and support services through a federal contract. This procurement aims to ensure continued operational efficiency and support for critical IT and telecom service delivery management systems utilized by the Army. The maintenance and support services are vital for the ongoing functionality of hardware and perpetual license software, which play a significant role in the Army's IT infrastructure. Interested vendors can reach out to Darrell May at darrell.e.may.civ@army.mil or Taylor Wellman at hobart.t.wellman.civ@army.mil for further details regarding this opportunity.
    AI Scheduling Tool
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Sacramento District, is conducting a Sources Sought Notice to identify small business firms capable of providing an Artificial Intelligence (AI) scheduling tool to enhance predictive schedule analysis practices. The tool is expected to forecast delays, identify risks, and propose mitigation strategies while allowing for conversational interaction to develop solutions collaboratively. This initiative is crucial for improving project management efficiency and accuracy in construction scheduling, with a solicitation anticipated to be issued in late January to early February. Interested contractors are encouraged to submit their capability statements by January 6, 2026, to Lachad C. Jefferson at lachad.c.jefferson@usace.army.mil, with the subject line including Sources Sought No. W9123826S0008.