Employee Resource Management (ERM) for Fire and Emergency Services
ID: M0068125Q00110003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING GENERALCAMP PENDLETON, CA, 92055-5001, USA

NAICS

Software Publishers (513210)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for a digital, web-based platform for Employee Resource Management (ERM) tailored for Fire and Emergency Services at Camp Pendleton, California. The platform must facilitate crew scheduling, enhance employee communications, ensure fair overtime distribution, and comply with relevant labor standards, while also incorporating automated staffing solutions and third-party API integration. This procurement is crucial for improving human resource management within public safety sectors, ensuring efficient operations and compliance with federal regulations. Interested contractors should note that the submission deadline has been extended to June 20, 2025, at 9:00 AM PST, and must acknowledge receipt of the solicitation amendments to ensure their offers are valid. For further inquiries, potential bidders can contact Jody Koch at jody.koch@usmc.mil or Philip Maaninen at philip.maaninen@usmc.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document presents a Request for Quotation (RFQ) issued by the Regional Contracting Office at Camp Pendleton, CA, for a digital, web-based platform for Employee Resource Management (ERM) tailored for fire and emergency services. The platform, named Vector Scheduling, must facilitate crew scheduling, enhance employee communications, and ensure fair overtime distribution while complying with relevant NFPA and OSHA standards. Key features include automated staffing solutions, a training management system, and third-party API integration. The RFQ outlines submission requirements, including a response deadline of February 28, 2025, emphasizing that proposals must demonstrate technical capability, fair pricing, and adherence to specifications. Offers must be submitted via email and require SAM registration. Evaluation will focus on technical qualifications and pricing, aiming for a Firm Fixed Price contract awarded based on the best overall value. The requirements include a comprehensive delivery timeline extending to 2030 with options for ongoing support. This procurement initiative underscores the importance of efficient human resource management within public safety sectors and adherence to federal acquisition regulations.
    This document is an amendment to a government solicitation, specifically modifying the due date for submissions. The primary change is the extension of the solicitation deadline from February 6, 2025, to March 6, 2025. The amendment retains all previous terms and conditions except for the specified changes. Interested contractors are required to acknowledge the receipt of this amendment before the new deadline to avoid rejection of their offers. The notice includes procedural requirements for submission modifications and acknowledgment, ensuring compliance with government standards. Overall, this amendment serves to provide additional time for potential offerors to prepare their submissions, reflecting a common practice in government contracting to accommodate varying availability and operational schedules of interested parties.
    The document is an amendment to a solicitation modifying contract M0068125Q0011. It primarily serves to update the solicitation's timeline, extending the due date for submissions from March 6, 2025, to March 12, 2025, and removing specific FAR clauses (52.222-21 and 52.222-26). The amendment maintains all other terms and conditions outlined in the original solicitation. It details compliance with various Federal Acquisition Regulation (FAR) clauses that contractors must adhere to, ensuring alignment with statutes and executive orders relevant to the acquisition of commercial products and services. Significant clauses relate to anti-discrimination, labor standards, and small business participation. This amendment underscores the federal government's commitment to fair contract practices and the inclusion of small businesses in procurement activities. The document facilitates vendor acknowledgment of these changes to avoid rejection of bids and promotes transparency and compliance in federal contracting processes.
    The document details an amendment to a federal solicitation, specifically regarding a procurement managed by the Regional Contracting Office at Camp Pendleton, California. The amendment extends the closing date for submitting offers from March 12, 2025, to June 17, 2025, in response to receiving only one quote from a small business. It indicates an effort to attract more bids by reposting the solicitation for an additional two weeks. The contracting officer’s signature and the modification number (0003) are included, confirming the change to the procurement timeline. The document reiterates that all other terms and conditions of the original solicitation remain in full force and effect, underscoring procedural integrity. Participants in the solicitation process are required to acknowledge receipt of this amendment to ensure their offers remain valid. Overall, the amendment highlights the government’s process for fostering competition in procurement while adhering to regulations.
    This document is an amendment to a previously issued solicitation (M0068125Q0011) by the federal government, specifically from the Regional Contracting Office-MCIWEST located at Camp Pendleton, CA. The primary purpose of this amendment is to extend the closing date for offers to 20 June 2025, at 9:00 am (PST). All other terms and conditions remain unchanged and are still in effect. It is necessary for potential contractors to acknowledge receipt of this amendment to avoid rejection of their offers. Contractors may modify submitted offers in response to this amendment by various means, including telegrams or letters referencing the solicitation. This modification highlights the ongoing processes within government procurement and contracting, ensuring that all interested parties have adequate time to respond. The documentation adheres to standard procedures for amendments, ensuring compliance with federal regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Consolidated Emergency Response System (CERS) - Sustainment RFI
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking responses for the Consolidated Emergency Response System (CERS) - Sustainment, aimed at enhancing First Response Dispatching capabilities. This procurement focuses on professional support services related to emergency response, disaster planning, and preparedness, which are critical for effective crisis management and operational readiness. Interested parties can reach out to primary contact Vanessa Coleman at vanessa.coleman@usmc.mil or secondary contact Alexander E. Lyon at alexander.lyon@usmc.mil for further details regarding this opportunity. The place of performance for this contract is located in Virginia, with the zip code 22134.
    Teams Integration
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the integration of Microsoft Teams as part of its IT and telecom network support services. This procurement aims to enhance communication and collaboration capabilities within the organization, reflecting the increasing reliance on digital communication tools in military operations. Interested vendors should direct their inquiries to Patrick L. Doyle at patrick.doyle@usmc.mil or by phone at 760-830-5115 for further details regarding the submission process and any associated deadlines.
    PLA Survey for DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Seattle District, is conducting a Project Labor Agreement (PLA) survey for the upcoming renovation project at Camp Pendleton, California, which includes significant repairs and upgrades to a 140,000 sq ft warehouse and 19,000 sq ft of administrative facilities. The project aims to enhance operational efficiency by installing new equipment, revamping infrastructure, and improving overall facility conditions, with an estimated construction cost between $25 million and $100 million and a targeted award date in late fiscal year 2026. This survey invites comments from the construction community regarding the potential use of PLAs, which are intended to promote efficiency and address labor shortages in large-scale federal projects. Interested parties must submit their responses by 2:00 PM Pacific on December 22, 2025, to the primary contact, Ms. Briana Armstrong, at briana.l.armstrong@usace.army.mil, referencing “W912DW26R1AZ1PLA” in the subject line.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Dept Of Defense
    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.
    DMDC USHRIS
    General Services Administration
    The General Services Administration (GSA) is seeking to modify an existing contract with Peraton for the development of the Uniformed Services Human Resources Information System (USHRIS) as part of the Defense Manpower Data Center's (DMDC) initiative. This modification is essential for completing the implementation of the Department of Defense's (DoD) Enterprise Identity, Credentialing, and Access Management (ICAM) requirements for the Trusted Associate Sponsorship System (TASS) application, with a critical deadline of September 30, 2023. The urgency of this procurement arises from a DoD directive to decommission outdated data centers, and Peraton is uniquely positioned to fulfill this requirement due to its expertise and security clearances, making competition impractical. Interested parties can reach out to Ryan P. Mathews at ryan.mathews@gsa.gov or David Roberts at david.a.roberts@gsa.gov for further information.
    Aerospace Readiness Enterprise System (ARES)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Aerospace Readiness Enterprise System (ARES), a next-generation enterprise solution aimed at modernizing aircrew scheduling, standardization and evaluation (stan/eval), and training management. The ARES initiative seeks to replace outdated systems such as Patriot Excalibur (PEX), Puckboard, and Graduate/Training Integration Management System (G/TIMS) by providing a unified, cloud-based platform that enhances operational readiness and efficiency across various Air Force commands. The selected prototype must be developed within 90 days of contract award, with a total funding amount of $500,000, and will be evaluated based on its ability to meet specified functional and non-functional requirements. Interested parties can direct inquiries to Lauren Cheslofska or Leonardo Dominguez via their provided email addresses, with questions accepted until December 19, 2025.
    Internal Resource Management Application – Enterprise Resource Database Support
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), intends to award a sole source contract for the Internal Resource Management Application – Enterprise Resource Database Support to Quality Management Systems, Inc. This procurement is aimed at continuing the services currently provided under Contract Number HQ0034-20-F-0091, which are set to conclude on January 18, 2026, and is justified under FAR 6.302-1(a)(2)(iii) due to the necessity of having only one responsible source to meet the agency's requirements. Interested parties should note that this is a Special Notice and not a Request for Proposal (RFP), and inquiries regarding the solicitation will not be entertained. For further information, contact Jacqueline Patierno at jacqueline.t.patierno.civ@mail.mil or Daniel Baskin at daniel.a.baskin.civ@mail.mil.
    Wounded Warrior Outreach and Resource Support Services-Request for Proposal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the Wounded Warrior Outreach and Resource Support Services under Request for Proposal (RFP) M0026426R0001. The contractor will be responsible for providing comprehensive outreach and resource support services to approximately 35,000 wounded, ill, and injured Marines, Sailors, veterans, and their families, including program management, call center support, and field service support across various locations. This initiative is crucial for ensuring effective non-medical case management and resource advocacy, emphasizing strict adherence to privacy and confidentiality protocols. Interested parties must submit their proposals by the extended deadline, with inquiries directed to Bradley Hoover at bradley.hoover@usmc.mil or Cynthia Guthridge at cynthia.guthridge@usmc.mil.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    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.
    RFI-Human Resources PAR, Pay and Benefits Processing Service
    Commerce, Department Of
    The Department of Commerce (DOC) is seeking industry input through a Request for Information (RFI) regarding Personnel Action Requests (PAR), Payroll, and Benefits (PP&B) services to support its operations. The objective is to gather market research on potential third-party vendors who can provide these essential HR services, which include transactional processing, operations management, and call center support, as well as adherence to service level agreements (SLAs) and quality control measures. This RFI is crucial for understanding the capabilities of the market and does not constitute a formal solicitation; any subsequent procurement will be announced separately. Interested parties are encouraged to submit their responses by December 16, 2025, at 1:00 PM EST, and can direct inquiries to Courtney C. Palmer at cpalmer@doc.gov or by phone at 202-207-7685.