Technical and Programmatic Support Services (TPSS)
ID: W912DY25R00XXType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2V6 USA ENG SPT CTR HUNTSVILHUNTSVILLE, AL, 35806-0000, USA

NAICS

Computer Systems Design Services (541512)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers’ Huntsville Engineering and Support Center, is seeking qualified firms to provide Technical and Programmatic Support Services (TPSS) related to cybersecurity, electronic security systems, and facility-related control systems. The procurement aims to fulfill requirements under NAICS code 541512 for Computer Systems Design Services, with a total anticipated contract capacity of approximately $98 million structured as a Multiple Award Task Order Contract (MATOC) over five years. This initiative is crucial for enhancing facility security and operational effectiveness, ensuring compliance with DoD Cybersecurity standards, and providing necessary assessments and training. Interested firms are encouraged to submit their qualifications by March 17, 2025, and can contact Christopher T. Shepard at christopher.t.shepard@usace.army.mil or Angela M. Wilson at Angela.M.Wilson@usace.army.mil for further information.

    Files
    Title
    Posted
    The U.S. Army Corps of Engineers’ Huntsville Engineering and Support Center is seeking information from qualified firms to provide Technical and Programmatic Support Services (TPSS) related to cybersecurity, electronic security systems, and facility-related control systems. This Sources Sought notice is part of market research to determine if small businesses can fulfill the acquisition requirements under NAICS: 541512 for Computer System Design Services, with an anticipated total contract capacity of around $98 million, structured as a Multiple Award Task Order Contract (MATOC) over five years. Interested firms are invited to respond with their qualifications and experience regarding specific tasks outlined in the Performance Work Statement (PWS), including assessment of existing systems, compliance with DoD Cybersecurity standards, and restoration services. Responses will inform whether the project or portions will be set-aside for small business competition in compliance with federal regulations. Participation is encouraged, and submission guidelines are outlined, with a deadline for responses set for 17 March 2025. The document emphasizes that this is not a solicitation and clarifies that the government will not reimburse for preparation costs or provide feedback on submissions.
    The Performance Work Statement (PWS) outlines the requirements for Technical and Programmatic Support Services (TPSS) to be provided by a contractor for the U.S. Army Engineering and Support Center, Huntsville (CEHNC). The contractor is tasked with restoration and adjustment services for various building systems, particularly focusing on Cybersecurity (Cyber), Electronic Security Systems (ESS), and Utility Monitoring and Control Systems (UMCS). Key objectives include compliance with DoD Cybersecurity standards and execution of minor repairs, assessments, evaluations, and training across multiple locations, both within and outside the Continental United States. The contract spans a maximum of 36 months, subject to a 24-month base period and a 12-month option period. A significant focus is placed on maintaining quality control, ensuring performance standards via a Quality Control Plan, and adherence to safety regulations. The document specifies the exclusion of major renovations or architectural engineering services, and emphasizes the importance of cybersecurity training for contractor personnel. The scope encompasses a variety of technical and programmatic tasks while ensuring compliance with relevant DoD criteria and regulations. This comprehensive approach reflects the government’s strategy to enhance facility security and operational effectiveness through specialized contractor support.
    Lifecycle
    Title
    Type
    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.
    Electronic Security Systems at Libby Dam
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals from qualified small businesses for the upgrade of Electronic Security Systems (ESS) and Video Management Systems (VMS) at the Libby Dam Project in Montana. The procurement involves the installation, programming, commissioning, and training related to new security systems, as the existing ESS is failing and requires enhancements for effective access management, intruder detection, and video surveillance. This project is critical for ensuring the safety and security of vital infrastructure at Libby Dam, reflecting the federal commitment to robust electronic security measures. Proposals are due by March 17, 2025, with all interested parties required to acknowledge the amendment to the solicitation and contact McKenna Rain at mckenna.t.rain@usace.army.mil or 206-316-4434 for further information.
    DES Electronic Security Systems/ICIDS Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide maintenance and emergency repair services for Electronic Security Systems (ESS) at Carlisle Barracks, Pennsylvania. The procurement includes semi-annual preventive maintenance, corrective repairs, and emergency response services for Intrusion Detection Systems (IDS) and related components, ensuring compliance with manufacturer guidelines and effective system operation. This contract is crucial for maintaining secure facilities and upholding stringent security protocols. Interested small businesses must submit their quotes by March 17, 2025, and are encouraged to attend a site visit on March 6, 2025. For further inquiries, contact Christine Cairo at christine.a.cairo.civ@army.mil or William Byrne at william.a.byrne.civ@army.mil.
    Training and Readiness Accelerator (TReX II) Other Transaction Agreement (OTA) Request for Solutions (RFS): TReXll-25-02 RED-077/078/079: Command, Control, Communications, Computers, and Intelligence (C4I) and Software Intensive Systems Test (C4T)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking solutions through the Training and Readiness Accelerator (TReX II) Other Transaction Agreement (OTA) Request for Solutions (RFS): TReXll-25-02 RED-077/078/079, focusing on Command, Control, Communications, Computers, and Intelligence (C4I) and Software Intensive Systems Test (C4T). The objective of this procurement is to enhance capabilities in research and development related to national defense, particularly in military applications and applied research. The services sought are critical for advancing the effectiveness and efficiency of defense operations, ensuring that military systems are adequately tested and ready for deployment. Interested parties should note that the NAICS code for this opportunity is 541715, and further inquiries can be directed to the office of W6QK ACC-ORLANDO for additional details.
    Electronic Security System Maintenance Support Services
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking qualified contractors to provide Electronic Security System Maintenance Support Services at DLA Distribution Red River in Texas. The procurement aims to ensure the effective maintenance and operational efficiency of critical security systems, including installation, upgrades, and cybersecurity compliance for systems such as Lenel Access Control and Bosch CCTV. This initiative is vital for maintaining high security standards and operational integrity within government logistics facilities. Interested parties should contact Deborah Johnson at Deborah.L.Johnson@dla.mil or call 717-770-8774 for further details, with the contract structured as a Firm-Fixed-Price for a four-year maintenance period starting April 5, 2025, and a total ceiling price of $20,000 for each option year.
    FY25 CENTAM MATOC
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Mobile, is soliciting proposals for the FY25 CENTAM MATOC, focusing on commercial and institutional building construction. This procurement aims to establish a Multiple Award Task Order Contract (MATOC) to support various construction projects, which are critical for enhancing military infrastructure and operational capabilities. Interested contractors should note that the NAICS code for this opportunity is 236220, and the PSC code is Y1JZ, indicating a focus on the construction of miscellaneous buildings. For further inquiries, potential bidders can contact Terri Adams at terri.m.adams@usace.army.mil or by phone at 850-207-0143, or reach out to Jillian Saffle at jillian.e.saffle@usace.army.mil or 251-441-5584.
    Training and Readiness Accelerator (TReX II) Other Transaction Agreement (OTA) Request for Solutions (RFS): TReXll-25-02 RED-080/081: Cyberspace Test Technology (CTT) Prototype Projects
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking solutions through the Training and Readiness Accelerator (TReX II) Other Transaction Agreement (OTA) for Cyberspace Test Technology (CTT) Prototype Projects. This opportunity aims to advance research and development in the physical, engineering, and life sciences sectors, focusing on innovative technologies that enhance military readiness and capabilities in cyberspace. The selected projects will contribute to national defense by providing applied research services that address critical technological gaps. Interested parties should prepare their proposals in accordance with the guidelines outlined in the Special Notice, with further details available from the office of W6QK ACC-ORLANDO.
    TAJIKISTAN ICSS PHASE 5
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for the Tajikistan ICSS Phase 5 project, focusing on engineering services. This procurement aims to support the ongoing efforts in enhancing the Integrated Command and Control System (ICSS) in Tajikistan, which is crucial for improving operational capabilities and interoperability. The opportunity is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 541330 for Engineering Services. Interested parties can reach out to Natahlie Nguyen at nathalie.nguyen2.civ@army.mil or Lonny J. Matesky at lonny.j.matesky.civ@army.mil for further information.
    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.
    Architect-Engineer (AE) Vertical Design Multiple Award Task Order Contract (MATOC) - USACE SWL
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified architect-engineer firms for a Multiple Award Task Order Contract (MATOC) focused on vertical design services in Little Rock, Arkansas. This initiative aims to identify firms capable of providing various design services for military and civilian projects from fiscal years 2027 through 2032, emphasizing the Design-Bid-Build (DBB) process while also allowing for additional services such as horizontal design and construction phase support. The government encourages participation from small and diverse businesses, including those classified under 8(a), HUBZone, WOSB, and SDVOSB, to foster competition and inclusivity in procurement. Interested firms must submit their qualifications, previous project experience, and applicable NAICS codes by March 28, 2025, via email to the primary contact, Telia Mahomes, at telia.r.mahomes@usace.army.mil.