D--Request for Information (RFI) USACE CWBI / IGP
ID: DOIDFBO250028Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services (518210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
  1. 1
    Posted Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 3:00 PM UTC
Description

The Department of the Interior, through the Interior Business Center Acquisition Services Directorate, is issuing a Request for Information (RFI) on behalf of the U.S. Army Corps of Engineers (USACE) for the Civil Works Business Intelligence (CWBI) and Installation Geospatial Platform (IGP). This RFI seeks industry feedback on draft requirements to inform an acquisition strategy, encouraging vendors to share insights on their experiences, best practices, and commercial solutions that align with USACE's objectives. The initiative is crucial for enhancing USACE's operational capabilities in cloud services, data analytics, and cybersecurity, supporting the Department of Defense's mission. Interested parties must submit their responses electronically by 11:00 AM Eastern Time on April 14, 2025, and can contact Carla Mosley at cmosley@ibc.doi.gov or (571) 560-1401 for further information.

Point(s) of Contact
Files
Title
Posted
Apr 7, 2025, 4:05 PM UTC
The U.S. Army Corps of Engineers (USACE) Civil Works Business Intelligence (CWBI) program is seeking cloud professional services to manage, maintain, and enhance its operational systems in a cloud environment, specifically on Amazon Web Services (AWS) GovCloud. The contractor will support various aspects of cloud services, including architecture design, machine learning, data analytics, database administration, and cybersecurity, all aligned with the Civil Works mission which encompasses navigation, flood risk management, and environmental stewardship, among others. Key responsibilities include ensuring system availability beyond 99%, maintaining compliance with Department of Defense cybersecurity standards, and improving operational efficiency through automated processes and data integration. The contractor will also facilitate the procurement of software licenses, provide scalable resources, and comply with service requirements including help desk support through a specified ticketing system. With a performance period from March 24, 2025, to March 23, 2029, this task order emphasizes a collaborative environment with continuous updates and support activities to achieve the CWBI program's goals of modernization and enhanced cybersecurity while optimizing cloud resource management.
Apr 7, 2025, 4:05 PM UTC
The U.S. Army Corps of Engineers is soliciting cloud professional services for the Installation Geospatial Platform (IGP) through an Infrastructure as a Service (IaaS) initiative. The IGP is essential for operating, maintaining, and developing a secure, scalable geospatial information system to support the Department of Defense (DoD) and related entities. Key capabilities include data visualization, geospatial analysis, and secure data sharing. The document outlines the professional service requirements that encompass architecture design, backup systems, data analytics, database administration, system administration, and security compliance. Contractors are expected to provide scalable resources and deliver continuous support to maintain an uptime of over 99%. They will be accountable for procuring necessary software licenses, managing help desk services, conducting risk assessments, and implementing a strong security framework in line with DoD regulations. The period of performance for this project spans from February 2025 to January 2030, indicating a long-term commitment to enhancing the IGP's capabilities. Points of contact are provided for further inquiries. This RFP reflects the Army's strategic intent to modernize its geospatial systems while ensuring compliance and security within the cloud environment.
The document outlines the response requirements for the U.S. Army Corps of Engineers regarding the CWBI/IGP RFI (Request for Information) Survey. It specifies that vendors must answer all inquiries about their proposed solutions, adhering to a maximum of 10 pages and excluding smaller font sizes. Vendors are to provide their company details, including the unique entity identifier, contact information, and physical location. Furthermore, responses should classify the business under various categories, such as small business or veteran-owned small business. The RFI also requests insights regarding existing government contracts, recommended performance periods and contract types, pricing arrangements, and subcontracting needs. Vendors are to indicate their capability to meet the service requirements detailed in the draft documents. The overall purpose of this RFI is to gather comprehensive information from potential vendors to facilitate informed decision-making for future contracting opportunities. This structured approach ensures a clear presentation of vendor capabilities while aligning with federal procurement regulations.
The document outlines the procedures for submitting industry feedback on the draft Performance Work Statement (PWS) and Statement of Work (SOW) for the USACE CWBI/IGP. Vendors are instructed to use a specific feedback template in MS Word format, adhering strictly to formatting requirements with 12-point Times New Roman font. Feedback must be submitted via email by April 14 at 11:00 AM Eastern Time. The template allows for a maximum of 28 entries, and vendors can modify the number of lines as necessary. Each submission must include details such as task area, page number, margin line number, and relevant section identifiers, ensuring clarity and organization in the feedback process. This initiative aims to gather constructive criticism from industry stakeholders to refine the draft requirements before finalizing the documents, reflecting the government’s commitment to collaborative engagement and quality improvement in procurement processes.
Apr 7, 2025, 4:05 PM UTC
The Request for Information (RFI) DOIDFBO250028, issued by the Department of the Interior (DOI) for the U.S. Army Corps of Engineers (USACE), seeks industry feedback on draft requirements related to the Civil Works Business Intelligence (CWBI) and Installation Geospatial Platform (IGP). The RFI aims to gather information to inform an acquisition strategy, encouraging vendors to provide insights on their experiences, best practices, and commercial solutions that align with USACE's objectives. Respondents are asked to review the attached documents, complete an editable survey, and optionally submit a Capability Statement outlining their capabilities and relevant experiences. The RFI clarifies that it is for planning purposes only, does not invite bids or proposals, and that all responses will become government property. Interested parties must submit their responses electronically by 11:00 AM Eastern Time on April 14, 2025. Essential submission details include marking proprietary information clearly and ensuring no unsolicited proposals are included. This RFI represents a significant step in enhancing USACE's operations through strategic feedback from potential vendors.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
GE Digital iFIX License Renewal
Buyer not available
The U.S. Army Corps of Engineers (USACE) is planning to award a sole-source contract for the renewal of the GE Digital iFIX software license, along with technical support and version upgrades. This procurement is essential for maintaining a consistent and compatible SCADA and Historian software system across various federal power plants, particularly for monitoring and controlling operations at hydropower facilities. The contract will be awarded to CB Pacific Inc., as the GE iFIX software is proprietary and critical for the existing infrastructure, ensuring seamless operation and data collection. Interested parties must submit capability statements by 3:00 PM Pacific Time on May 1, 2025, to the contracting officer, Meagan Moralez, at meagan.n.moralez@usace.army.mil, as no solicitation will be posted.
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/.
Legal Trial Presentation Software for USACE
Buyer not available
The U.S. Army Corps of Engineers (USACE) is seeking information from vendors regarding the procurement of Legal Trial Presentation Software to support its Automated Legal System (CEALS). The primary objective is to acquire licensing and maintenance support for 50 end users, enabling efficient management of civil litigation and administrative claims before various government bodies, including the Armed Services Board of Contract Appeals and the Equal Employment Opportunity Commission. This software will facilitate essential functions such as uploading and organizing exhibits, creating video clips, and ensuring both online and offline data access, thereby streamlining legal processes and compliance. Interested parties are encouraged to submit their responses, including company capabilities and a rough order of magnitude estimate, by 1:00 PM ET on May 1, 2025, with questions due by May 28, 2025. For further inquiries, contact Jordan Baker at Jordan.D.Baker@usace.army.mil or Giorgiana Chen at Giorgiana.Chen@usace.army.mil.
Sources Sought for Architect-Engineer Design Services for Civil Works Projects (U.S. Army Corps of Engineers, Kansas City District)
Buyer not available
The U.S. Army Corps of Engineers (USACE), Kansas City District, is seeking qualified architect-engineer firms to provide civil works design services for various projects, including military installations and hazardous waste missions. The procurement aims to establish a Multiple-Award, Indefinite-Delivery Indefinite-Quantity (IDIQ) Task Order contract, with a total capacity limit of $95 million, to support a range of civil design services such as flood risk management, eco-restoration, and engineering support. Interested firms are encouraged to submit a capabilities package by May 7, 2025, to Contract Specialist Erick Ottoson at erick.s.ottoson@usace.army.mil, with a copy to Contracting Officer Laura Hedrick at laura.l.hedrick@usace.army.mil, as this notice serves as a market survey and is not a request for proposals.
USACE Little Rock Combined Initial Outfitting and Other Requirements - Sources Sought
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Little Rock District, is conducting a Sources Sought announcement to identify qualified sources for the Combined Initial Outfitting and other requirements at various locations, including Fort Wainwright, AK, Fort Belvoir, VA, and Newport News, VA. This market survey aims to gather information for preliminary planning purposes and assess the availability of vendors capable of fulfilling the outlined requirements. It is important to note that this announcement is not a solicitation for quotes, and no contract will be awarded as a result of this sources sought synopsis. Interested parties can reach out to Vonda Rogers at vonda.s.rogers@usace.army.mil or Telia Mahomes at telia.r.mahomes@usace.army.mil for further inquiries.
Engineer Research and Development Center (ERDC) - Construction Engineering Research Laboratory (CERL) - Commercial Solutions Opening (CSO)
Buyer not available
The Department of Defense, through the Engineer Research and Development Center (ERDC) - Construction Engineering Research Laboratory (CERL), is inviting innovative proposals via a Commercial Solutions Opening (CSO) to address various military and civilian engineering challenges. The CSO aims to obtain solutions that fulfill requirements, close capability gaps, or provide technological advancements in areas such as sustainable materials, energy efficiency, additive construction, and lifecycle management. This initiative emphasizes the importance of eco-friendly practices and technological advancements in military operations, with a focus on enhancing infrastructure while minimizing environmental impacts. Interested parties must submit their solutions through the ERDCWERX platform by 31 October 2025, and all submissions will be evaluated based on technical innovation and relevance to agency missions. For further inquiries, contact Andrea J Thomas at cerl-ct-quotes@usace.army.mil.
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.
D--Integrated Reporting of Wildland Fire Information
Buyer not available
The Department of the Interior (DOI) is seeking industry feedback through a Request for Information (RFI) regarding the Integrated Reporting of Wildland Fire Information (IRWIN) system. This procurement focuses on three key areas: Operations and Maintenance (O&M), Development, Modernization, and Enhancement (DME), and Transition and Migration Services, aimed at improving the management and integration of wildfire data across various agencies. The IRWIN system is crucial for enhancing decision-making and resource allocation during wildfire incidents by providing a unified framework for real-time data collection and dissemination. Interested vendors must submit their feedback by May 6, 2025, and can direct inquiries to Matthew Mosellen at matthewmosellen@ibc.doi.gov or by phone at 703-964-4804.
Product Manager (PdM) Combat Service Support Equipment (CSSE) Services RFI
Buyer not available
The Department of Defense, through the Marine Corps Systems Command (MARCORSYSCOM), is seeking responses to a Request for Information (RFI) for Acquisition Lifecycle Management Support related to the Product Manager Combat Service Support Equipment (CSSE). The objective is to gather capabilities statements from interested vendors to assist in planning and executing acquisition programs that encompass logistics, engineering, risk management, and training for various Marine Corps systems. This initiative is crucial for ensuring the effective development and staffing of programmatic efforts that support the Marine Corps' operational requirements. Interested parties must submit their white papers by May 8, 2025, and direct any questions to Jessica Munoz at jessica.m.munoz.civ@usmc.mil or Ebony King at ebony.king@usmc.mil by April 15, 2025. Responses will become government property, and there is no obligation for the government to contract for the requested services.
PEO STRI Data Centric Ecosystem Effort -Request for Information (RFI)
Buyer not available
The Department of Defense, through the Army Contracting Command Orlando, is issuing a Request for Information (RFI) to gather insights for the Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) regarding the transition to a data-centric ecosystem. The objective is to develop a comprehensive strategy that enhances simulation and training systems by prioritizing high-quality data, moving away from system-specific architectures to a modular, enterprise-level framework. This initiative is crucial for improving military readiness and operational decision-making through better integration of simulation models, sensor data, and advanced analytics. Interested parties are encouraged to submit their responses by April 30, 2025, to Mr. Brian Williams at brian.m.williams14.civ@army.mil, with a maximum of five pages detailing their innovative approaches and best practices.