INSCOM Engineering Technical Assistance Support
ID: W50NH9INSCOMETAType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK INSCOM BELVOIRFORT BELVOIR, VA, 22060-5246, USA

NAICS

Other Management Consulting Services (541618)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Intelligence and Security Command (INSCOM), is seeking qualified contractors to provide Engineering Technical Assistance (ETA) support through a non-personal services contract. The procurement aims to enhance multi-domain operations and ensure operational readiness by delivering comprehensive ETA services, including program management, technical advisement, testing, and data analysis, with a focus on maintaining high standards in service delivery and rigorous quality assurance. This contract will span one base year with four optional years, and interested parties are encouraged to submit their Company Capability Statements via SAM.gov or directly to the Contract Specialist, Jeremy D. McVicar, at jeremy.d.mcvicar.civ@army.mil, as the government intends to set aside the opportunity for small businesses. The requirement necessitates a TS/SCI security clearance for positions, and all updates regarding the solicitation will be posted on SAM.gov.

    Point(s) of Contact
    Jeremy D. McVicar, Sr. Contract Specialist
    jeremy.d.mcvicar.civ@army.mil
    Files
    Title
    Posted
    The performance work statement (PWS) outlines the requirement for a non-personal services contract to provide Engineering Technical Assistance (ETA) Support for the U.S. Army Intelligence and Security Command (INSCOM). The contractor is accountable for delivering comprehensive ETA services necessary for INSCOM and the Intelligence Community (IC), focusing on program management, technical advisement, testing, and data analysis. The contract spans one base year with four optional years, aiming to enhance multi-domain operations and ensure operational readiness. Key responsibilities for the contractor include developing a quality control plan, conducting regular performance assessments, adhering to security protocols, and facilitating contractor personnel training. The work will be performed at multiple government sites worldwide, with the contractor ensuring compliance with military guidelines. Additionally, any surge requirements or increased support needs must be addressed promptly. The document emphasizes maintaining high standards in service delivery, rigorous quality assurance, and effective contractor oversight, critical for supporting INSCOM’s vital intelligence operations. This highlights INSCOM's reliance on skilled contractors to innovate and sustain operational capabilities essential to U.S. military and intelligence objectives.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SAF/SQ SETA II
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force District of Washington, is seeking qualified contractors for the Systems Engineering Technical Assistance (SETA II) services to support national security space and acquisition initiatives. The procurement aims to enhance the effectiveness of space system acquisitions through a range of tasks, including executive support, resource management, technical integration, and program management, as outlined in the Performance Work Statement. This opportunity is critical for ensuring compliance with operational guidelines and facilitating collaboration across defense space systems, ultimately contributing to national security efforts. Interested parties must submit their Capability Statements by September 27, 2024, and should contact Rebecca Tinch at rebecca.tinch@us.af.mil or Deja Green at deja.green.1.ctr@us.af.mil for further information.
    ACC-APG Competitive Opportunities: Division C
    Active
    Dept Of Defense
    The U.S. Army's Contracting Command at Aberdeen Proving Ground has issued a special notice intended to improve communication between the Army and industry stakeholders. While this is not a formal solicitation, it provides quarterly updates on upcoming acquisitions. The Army seeks industry partners for various engineering and technical support services across different divisions. These opportunities are primarily focused on intelligence, software engineering, and electronic warfare systems. The scope of work for these acquisitions varies, but several require support services for software engineering, systems integration, and sustainment. Deliverables include engineering analysis, technical assistance, and intelligence support for Army operations. Several divisions and program offices have outlined their requirements, including CECOM SEC, which seeks software engineering support for intelligence and electronic warfare systems. The estimated value of these contracts ranges from $100 million to over $500 million. Another division, PM EW&C, requires a real-time monitoring solution for a Spectrum Situational Awareness System (S2AS), while SNTRE seeks a spectrum monitoring capability for Army systems. Additionally, PM IS&A has expressed a need for automated data reduction and analysis tools. To apply, applicants should carefully review the requirements outlined in the Excel document attached to the quarterly update. Applicants must submit their proposals electronically, with deadlines varying based on the acquisition. The Army will evaluate applications based on their relevance, technical merit, and cost-effectiveness. Applicants should direct any questions to the designated point of contact, Kellie Lamar-Reevey, ensuring they include the relevant RFP/TOR/Identifier number. This summary provides an overview of the quarterly update and associated files, offering insight into the Army's upcoming acquisitions. For detailed information, potential applicants should review the original notice and attached files.
    Engineering and Construction Management Services for Various Civil Works, Environmental, Department of Energy and Military Projects assigned to the Huntington District, US Army Corps of Engineers, Great Lakes and Ohio River Division
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers' Huntington District, is seeking qualified small business sources to provide engineering and construction management services for various civil works, environmental, Department of Energy, and military projects. The procurement aims to identify firms capable of delivering specialized training and experience in nuclear and environmental engineering, as well as construction disciplines, for multi-million dollar projects, including decommissioning and environmental remediation efforts. This opportunity is critical for ensuring the effective management and execution of complex engineering tasks across multiple districts, with a potential contract value of approximately $18 million over one year. Interested firms must submit their qualifications electronically to Leslie Rowe at leslie.a.rowe@usace.army.mil by the close of business on September 30, 2024.
    Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
    Active
    Dept Of Defense
    The Department of Defense is seeking innovative approaches for its Bridge to Evolution STE TESS (BEST) Multi-Award Contract (MAC). The objective is to enhance and extend the functionality of the Army's tactical engagement simulation systems (TESS), aligning them with evolving training requirements. This procurement is divided into two lots. Lot 1 involves modifying existing TESS equipment to meet updated Army specifications, focusing on adaptability and future expansion. Lot 2 centers on developing and producing new TESS solutions, including dismounted, vehicle-mounted, and shoulder-launched munition systems. The government seeks to integrate emerging STE LTS TESS technology with the existing MILES TESS ecosystem, encouraging vendors to propose adaptable procedures and processes. The scope of work encompasses software and hardware modifications, production and delivery of TESS kits, and integration with the STE LTS TESS platform. The government aims to foster competition by avoiding solution-specific proposals and encouraging creativity in meeting the outlined objectives. Potential offerors are invited to provide feedback on the Draft Request for Proposal (DRFP), which outlines the requirements, Statement of Work (SOW), and evaluation criteria. The government seeks to revise and finalize the RFP based on industry responses, emphasizing efficiency and the removal of unnecessary requirements. Offerors should possess the capabilities and expertise to modify and produce TESS solutions, with a focus on past performance and technical merit. The contract is anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ) vehicle, attracting multiple awardees. The primary contact for this opportunity is Gloria Susie Hoybach, with additional inquiries directed to Roberto J. Gotay and Rafael A. Manzano. The deadline for feedback submission is 12:00 PM EST on 3rd June 2024, with the government aiming to release the final RFP shortly afterward. For this BEST MAC initiative, the Army seeks adaptable and cost-effective TESS solutions, leveraging industry feedback to shape the acquisition process.
    Maintenance and Repair of Manufacturing Equipment and Systems used in Explosive and Non-Explosive Operational Environments
    Active
    Dept Of Defense
    The Department of Defense, specifically the Crane Army Ammunition Activity, is seeking proposals for the maintenance and repair of manufacturing equipment and systems used in both explosive and non-explosive operational environments under solicitation number W519TC-24-Q-MESS. The procurement aims to ensure operational readiness and safety by requiring contractors to provide labor, materials, and tools to restore equipment to original equipment manufacturer (OEM) specifications, with a focus on technical expertise in hydraulics, pneumatics, electronics, and automation. This contract is critical for maintaining the functionality of diverse machinery, including lathes and CNC mills, essential for military operations. Proposals are due by September 24, 2024, with questions accepted until September 18, 2024; interested parties should contact Contract Specialist Dora Smith at dora.d.smith5.civ@army.mil or Contracting Officer Bryce Willett at bryce.t.willett.civ@army.mil for further details.
    UNRESTRICTED MULTIPLE AWARD TASK ORDER CONTRACT FOR MULTI-DISCIPLINE ARCHITECT-ENGINEER (A/E) SERVICES
    Active
    Dept Of Defense
    The Department of the Army, through the US Army Engineer District Charleston, is seeking qualified firms to participate in an Unrestricted Multiple Award Task Order Contract for Multi-Discipline Architect-Engineer (A/E) Services to support government agencies in the South Atlantic Division (SAD) region. The contract will primarily focus on engineering services as defined under NAICS code 541330, which includes a range of professional engineering tasks essential for various projects. Interested firms must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, as no other submission methods will be accepted. For further inquiries, Michael Stiltner can be contacted at michael.s.stiltner@usace.army.mil or by phone at 843-329-8045, and all submissions must comply with SAM registration requirements.
    MATOC set -aside for Small business for General A-E Services
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, New York District, is conducting market research for a Multiple Award Task Order Contract (MATOC) set aside for small businesses to provide general architect-engineer (A-E) services. The procurement aims to identify qualified firms capable of supporting various military construction and non-military programs within the NAN/NAD boundaries, with a total contract capacity not to exceed $50 million over a five-year period. This opportunity is significant as it encompasses a wide range of A-E services, including design, planning, and construction support for projects under $1 million, emphasizing the importance of small business participation. Interested firms must submit their capabilities statements to Stephen DiBari via email within 15 calendar days of the notice, and must clearly identify their business size and relevant experience in similar projects.
    Notice of Intent to Sole Source
    Active
    Dept Of Defense
    Notice of Intent to Sole Source DEPT OF DEFENSE DEPT OF THE ARMY The Department of Defense, specifically the Department of the Army, has issued a Notice of Intent to Sole Source for the procurement of Communications Security Equipment and Components. This service/item is typically used for ensuring secure communication within military operations. The procurement will be fulfilled by Carahsoft, located at 11493 Sunset Hills Road, Suite 100, Reston, VA 20190. The place of performance for this contract is Fort Eisenhower, GA, with a period of performance from April 24, 2024, through April 23, 2025. The government has determined that Carahsoft is the only responsible source for this requirement, and therefore, a competitive solicitation will not be issued. The procurement will be conducted under Simplified Acquisition Procedures in FAR part 13 and Commercial procedures in FAR part 12. Interested concerns must provide clear and convincing evidence that competition for this requirement would be advantageous to the government. If no affirmative written responses are received by 7:00 am on November 15, 2023, the contract will be awarded without further notice. Oral communications will not be accepted. Please note that this notice is not a request for competitive proposals. The government's decision not to compete this requirement is solely within its discretion.
    MATOC for General Architect Engineering services
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, New York District, is conducting market research for a Multiple Award Task Order Contract (MATOC) focused on General Architect-Engineering (A-E) services. The procurement aims to identify qualified firms capable of supporting various military and non-military construction programs within the North Atlantic Division (NAN/NAD) boundaries, with a total contract capacity not exceeding $200 million over five years. This opportunity is crucial for enhancing military infrastructure, including construction and renovation of facilities such as hangars, training centers, and administrative buildings. Interested firms must submit a capabilities statement by email to Stephen DiBari within 15 calendar days of the notice, detailing their qualifications and experience in relevant projects.
    Army Accessions Information Environment (AIE)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Rock Island, is announcing the procurement opportunity for the Army Accessions Information Environment (AIE). The U.S. Army's Program Executive Office Enterprise Information Systems (PEO EIS) has indicated that a Request for Proposal for the AIE Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract will not be released; instead, future AIE procurement opportunities will be included under the Modern Software Development Multiple Award IDIQ, expected to be awarded in the second quarter of fiscal year 2025. This initiative is crucial for enhancing the Army's information systems and ensuring efficient accessions processes. Interested parties are encouraged to refer to the SAM.gov postings for both the AIE and Modern Software Development IDIQ for further details, and may contact Timothy Volkert at timothy.w.volkert.civ@army.mil or Jennifer A. Darby at jennifer.a.darby3.civ@army.mil for inquiries.