CIVIL WORKS BUSINESS INTELLIGENCE RISK MANAGEMENT FRAMEWORK CERTIFICATION AND CONTINUOUS MONTIORING
ID: W912HQ25R0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW4LD USA HECSAALEXANDRIA, VA, 22315-3860, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - SECURITY AND COMPLIANCE SUPPORT SERVICES (LABOR) (DJ01)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the Civil Works Business Intelligence (CWBI) Risk Management Framework (RMF) Certification and Continuous Monitoring contract. This procurement aims to enhance cybersecurity compliance and operational efficiency by providing support services related to RMF certification, continuous monitoring, and change management for approximately 140 CWBI components. The selected contractor will be responsible for maintaining existing Authority to Operate (ATO) documentation, conducting vulnerability assessments, and implementing cybersecurity training, with the contract structured for a base year and two optional extensions. Interested parties must submit their proposals by February 20, 2025, and can direct inquiries to Helen Jacobson at Helen.Jacobson@usace.army.mil or David A. Kaplan at david.a.kaplan@usace.army.mil.

    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines tasks and requirements for the Civil Works Business Intelligence (CWBI) program related to Risk Management Framework (RMF) certification, continuous cybersecurity monitoring, and support for Automated Information System (AIS) change management. The program, overseen by the U.S. Army Corps of Engineers (USACE), aims to enhance decision-making by integrating Civil Works data in a secure, cloud-based environment. Key objectives include advancing cybersecurity, achieving data standards, and maintaining an Authority to Operate (ATO) compliant with Department of Defense regulations. The contractor is expected to assist in preparing documentation, conducting monitoring, and addressing vulnerabilities within approximately 140 CWBI components. Services include maintaining existing ATOs, implementing continuous monitoring strategies, and supporting change management processes. Specific deliverables focus on cybersecurity compliance, including vulnerability assessments and cybersecurity training for users. The document emphasizes non-personal contractor services, with work primarily conducted off-site, and outlines security requirements for personnel. The contract includes a base year with two optional extensions. Overall, the PWS emphasizes the importance of a robust RMF foundation for the success of the CWBI program and its mission to improve the Civil Works sector's operational effectiveness.
    The document is a solicitation for commercial services under solicitation number W912HQ25R0004, primarily aimed at supporting the US Army Corps of Engineers' Civil Works Business Intelligence (CWBI) program. The main objective is to provide cybersecurity Risk Management Framework (RMF) support to maintain the program's Authority to Operate (ATO) within the Department of Defense Information Network (DODIN). The contractor must deliver technical documentation and manage tasks related to cybersecurity compliance. Key components of the solicitation include the provision of labor, equipment, and necessary documentation as outlined in a Performance Work Statement. The proposal requires distinct volumes addressing technical understanding, organizational management, past performance, and pricing. Offerors are encouraged to present competitive pricing, past project successes, and detailed management structures. The document emphasizes mandatory registration in the System for Award Management (SAM) and outlines submission procedures, emphasizing clarity, completeness, and adherence to the established requirements. The evaluation will focus on technical expertise, organizational capabilities, and the offeror's past performance in similar projects, ultimately aiming to enhance cybersecurity for the CWBI program while securing effective contract management and compliance with federal regulations.
    The USACE Past Performance Questionnaire (PPQ-0) is a standardized form designed to assess a contractor's performance in federal projects. It solicits detailed information from both the contractor and the client about the contract's nature, completion dates, pricing, and project complexity. The questionnaire emphasizes the contractor's past work quality, adherence to timelines, customer satisfaction, financial management, safety standards, and overall management effectiveness. Clients are encouraged to provide ratings ranging from 'Exceptional' to 'Unsatisfactory' across various performance metrics. This feedback is directly submitted to provide the US Army Corps of Engineers (USACE) with a comprehensive evaluation of the contractor’s capability and reliability for future contracts, reinforcing the importance of performance history in the award decision process. The document serves as a vital tool within the context of government RFPs and grants, aiming to enhance accountability and transparency in federal contract management.
    The document outlines the solicitation questions and answers related to the existing CWBI Cybersecurity/Risk Management Framework (RMF) contract (W912HQ25R0004). It confirms that this is an existing requirement, transitioning from contract W912HQ22P0035, with government access to essential documentation. Contractor personnel must possess certain security clearances, with no location preferences beyond residing in the U.S. Compliance with NIST SP 800-171 and CMMC Level 2 certification is mandatory. The contractor is responsible for maintaining a Security Information and Event Management system and must propose an escalation framework for cybersecurity incidents. The government will not directly disclose past performance evaluations or subcontracting details but emphasizes the necessity of effective compliance for small business eligibility. The anticipated timeline for award is March 13, 2025, with no designated transition period from the incumbent. Government evaluation will focus on relevance and quality of past performance, and offerors must provide their own format for proposals. This solicitation underscores the federal emphasis on cybersecurity compliance, preparedness, and structured oversight in supporting U.S. Army Corps of Engineers' initiatives.
    The document outlines a solicitation for proposals (W912HQ25R0004) issued by the U.S. Army Corps of Engineers, specifically seeking support services for the Civil Works Business Intelligence (CWBI) program. The contract aims to help maintain compliance with the Department of Defense’s Risk Management Framework for Information Technology. The selected contractor will be responsible for labor, management, and oversight required to fulfill various tasks related to cybersecurity and technical documentation. The work will span a base year, with options for subsequent years. Potential contractors are instructed to submit detailed proposals by 20 Feb 2025, including project understanding and management capabilities, along with past performance information. The evaluation will focus on technical expertise, effective management, and financial pricing. The document specifies proposal organization, submission formats, and compliance requirements with federal regulations, emphasizing the importance of prior experience and capability in similar projects. The contracting office emphasizes the need for registered businesses, particularly small ones, while incorporating numerous federal clauses to govern the contract execution. This solicitation reflects the U.S. government's commitment to enhancing cybersecurity and operational efficiency in managing its civil work programs.
    Similar Opportunities
    Utility Monitoring & Control Systems
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors for the procurement, installation, maintenance, and service of Utility Monitoring and Control Systems (UMCS) and related industrial control systems. The contract aims to ensure efficient operation and compliance with technical standards across various Department of Defense facilities, emphasizing the importance of safety, cybersecurity, and adherence to federal employment standards. With a total estimated value of approximately $2.75 billion and a contract duration of up to seven years, interested firms are encouraged to submit their qualifications and capabilities by email, with specific guidelines outlined in the Sources Sought Notice. For further inquiries, potential respondents can contact Jasmine McCullough or Lashonda Smith via the provided email addresses.
    ERDC Communications Infrastructure Contract
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the ERDC Communications Infrastructure Contract, aimed at providing communication infrastructure services, including maintenance and repair at various ERDC sites. The contract encompasses the installation of wiring and network systems in the newly constructed Building 9000 at the ERDC Vicksburg location, requiring compliance with industry standards and specialized experience in systems such as AVAYA PBX and CCTV. This initiative is crucial for ensuring efficient voice, video, and data communications networks, with a contract value ranging from $2,500 to $22.95 million over a five-year period. Interested contractors must submit their proposals by January 21, 2025, and can direct inquiries to TriNeciya Martin at trineciya.c.martin@usace.army.mil or Christy Love at christy.j.love@usace.army.mil.
    Civil Works Strategic Focus Areas Commercial Solutions Openings (CSO)
    Buyer not available
    Combined Synopsis/Solicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking commercial solutions for Civil Works Strategic Focus Areas. The U.S. Army Engineer Research and Development Center (ERDC) is looking for innovative and feasible solutions to address agency challenges and enhance mission effectiveness. The contracts will be firm-fixed price and treated as commercial. The submission deadline is May 22, 2025, at 4:00 pm CT. For more details and submission instructions, visit https://www.erdcwerx.org/civil-works-cso/.
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified architect-engineer firms for a Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC). This procurement aims to provide a range of engineering services, including design and consultation for various civil works projects, which are critical for infrastructure development and maintenance. Interested firms are encouraged to demonstrate their qualifications and past performance, as these will be key factors in the selection process. For further inquiries, potential applicants can contact Evan Cyran at evan.m.cyran@usace.army.mil or by phone at 410-962-6037, or Leigha Arnold at leigha.m.arnold@usace.army.mil or 443-749-2022.
    2025 ERDC Broad Agency Announcement
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is issuing the 2025 Broad Agency Announcement (BAA) to solicit proposals for various research and development initiatives across multiple engineering disciplines. This opportunity aims to advance scientific knowledge and technology in areas such as hydraulics, environmental conservation, geotechnical engineering, and information technology, with a focus on fostering diverse participation, particularly from Historically Black Colleges and Universities and small businesses. The ERDC, which encompasses several specialized laboratories, seeks innovative proposals that can contribute to military and civil infrastructure solutions, with submissions accepted continuously throughout the year. Interested parties can contact Christopher Barnett at Christopher.M.Barnett@usace.army.mil or Robyn D. Wells at Robyn.D.Wells@usace.army.mil for further details on submission procedures and eligibility requirements.
    USACE Enterprise Acquisition Forecast as of December 2024
    Buyer not available
    The Department of Defense, through the US Army Corps of Engineers (USACE), has released an Enterprise Acquisition Forecast for December 2024, outlining anticipated federal contract opportunities for fiscal year 2025. This forecast includes a detailed spreadsheet that categorizes potential contracts by type, financial values, NAICS codes, and project descriptions, focusing on key areas such as geospatial and engineering services, flood control, and infrastructure improvements. The document emphasizes small business opportunities, including set-asides for disadvantaged companies and a broad agency announcement for advanced research and technology development, thereby supporting USACE's mission in environmental protection and infrastructure resilience. Interested contractors can access the forecast through the attached spreadsheet and should prepare to engage with the outlined initiatives as they arise.
    Independent Peer Reviews of US Army Corps of Engineers Water Resource Projects
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking qualified contractors to establish blanket purchase agreements (BPAs) for Independent External Peer Review (IEPR) services for its water resource projects. These services are essential for ensuring that scientific assessments of projects, such as feasibility studies and dam safety modifications, undergo independent review in compliance with governmental guidelines. The selected contractors will be responsible for forming expert panels, managing public comments, and delivering comprehensive reports, all aimed at enhancing the quality and credibility of USACE projects. Interested parties should contact David A. Kaplan at david.a.kaplan@usace.army.mil or call 703-428-8487 for further details and to ensure compliance with the necessary qualifications outlined in the Performance Work Statement.
    Request for Proposals (RFP) for TRADOC Deputy Chief of Staff for Intelligence (G-2) Operational Environment (OE) and Core Functions
    Buyer not available
    The Department of Defense, specifically the U.S. Army Training and Doctrine Command (TRADOC), is soliciting proposals for operational environment and core functions support services under the Request for Proposals (RFP) W911S025RA001. The objective is to secure non-personal service support to enhance intelligence operations, which includes a 30-day phase-in period, a base year of services, and optional extensions through four additional years. This procurement is critical for maintaining military readiness and strategic response capabilities, with services to be performed primarily at Fort Eustis, Virginia. Interested contractors must submit their proposals by February 25, 2025, and can direct inquiries to Mackensy Beckwith at mackensy.a.beckwith.civ@army.mil or Hattie Brown at hattie.l.brown8.civ@army.mil.
    Follow-On Army Watercraft Sustainment Maintenance (AWSM) Program - DRAFT Solicitation - ZONE 1 - CONUS
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal (ACC-DTA), is seeking proposals for the Follow-On Army Watercraft Sustainment Maintenance (AWSM) Program, which involves a five-year Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract for maintenance services on the Army Vessel Fleet within the Continental United States (CONUS). The procurement aims to accomplish On Condition Cyclic Maintenance (OCCM) and Service Life Extension Program (SLEP) efforts, ensuring the operational readiness of various watercraft systems critical for defense logistics. Interested contractors must adhere to strict proposal requirements, including evaluations based on past performance, pricing, and small business participation, with an estimated total contract value of approximately $48 million over six years. For further inquiries, potential bidders can contact Brandon LaBonty at brandon.a.labonty.civ@army.mil or Christopher Murphy at christopher.m.murphy90.civ@army.mil.
    ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES as of November 2024
    Buyer not available
    The Department of Defense, through the Army Contracting Command (ACC-APG), is seeking industry partners for various contracting opportunities related to the C5ISR (Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance) program, with a focus on research, development, and support services in electronic warfare and advanced technologies. The procurement aims to enhance military capabilities through innovative solutions in areas such as Cyber and Electronic Warfare, technology-enabled analytics, and systems integration, aligning with the Army's modernization efforts. These contracts, which may range in value from under $25 million to over $500 million, will be awarded through a competitive process, with key deadlines and specific requirements outlined in the associated documents. Interested parties can contact Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil for further information.