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
    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
    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.
    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.
    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
    Similar Opportunities
    Mississippi Valley Division Civil Works Areas of Interest Commercial Solutions Openings
    Dept Of Defense
    The Department of Defense, through the Mississippi Valley Division (MVD) of the U.S. Army Corps of Engineers (USACE), is issuing a Commercial Solutions Opening (CSO) to solicit innovative commercial products, technologies, and services aimed at enhancing civil works operations. The primary objectives include addressing maintenance of navigation channels, improving materials and repair methods for navigation structures, and developing solutions for sedimentation prediction and flood risk management. This initiative is critical for maintaining navigability and safety in U.S. waterways, with specific focus areas including the maintenance dredging of the Vermilion River in South Louisiana, which faces unique environmental and logistical challenges. Interested parties should submit solution briefs by December 5, 2025, with potential contract awards anticipated by January 30, 2026. For further inquiries, contact Whitney Dee at Whitney.R.Dee@usace.army.mil or Catherine Hansen at catherine.a.hansen@usace.army.mil.
    2025 ERDC Broad Agency Announcement
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is issuing the 2025 Broad Agency Announcement (BAA) for various research and development initiatives through its Engineer Research and Development Center (ERDC). This announcement invites pre-proposals for basic and applied research across multiple laboratories, including Coastal and Hydraulics, Geotechnical and Structures, Environmental, Information Technology, Construction Engineering, Cold Regions Research, and Geospatial Research, focusing on areas such as hydraulics, environmental restoration, and geospatial solutions. The BAA is crucial for advancing scientific knowledge in support of USACE, Army, and Department of Defense missions, and it encourages participation from educational institutions, non-profits, private industry, and small businesses. Interested parties can submit pre-proposals at any time, and for further details, they may contact Christopher Barnett at Christopher.M.Barnett@usace.army.mil or Robyn D. Wells at Robyn.D.Wells@usace.army.mil.
    Industry Feedback on NGC2 Emerging Architecture
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking industry feedback on the Next Generation Command and Control (NGC2) Emerging Architecture. This request for information (RFI) aims to gather insights on a multi-layer technology stack that supports Army operations, focusing on composability, data layer design patterns, and software deployment readiness within the NGC2 ecosystem. The initiative is critical for enhancing decision-making capabilities on the modern battlefield, emphasizing the need for innovative technical and business approaches. Interested parties must submit their responses via a designated form by December 22, 2025, and can contact MAJ Quentin Sica or William Wimbury for further information.
    USACE Enterprise Acquisition Forecast as of December 2024
    Dept Of Defense
    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.
    Commerical Solutions Opening - GRL
    Dept Of Defense
    The Department of Defense, through the Engineer Research and Development Center (ERDC) Geospatial Research Laboratory (GRL), is issuing a Commercial Solutions Opening (CSO) to acquire innovative commercial technologies and services. The solicitation aims to enhance mission command environments, develop full 3D mapping capabilities, and advance remote sensing technologies, inviting proposals for both existing technologies and new applications that address geospatial capabilities. Proposals will be evaluated based on technical innovation, relevance to agency needs, and pricing, with a maximum of two submission volumes allowed. The solicitation is open until June 30, 2026, and interested parties can contact Anna Crawford at Anna.Crawford@usace.army.mil or LaShanda Areghan at lashanda.d.areghan@usace.army.mil for further information.
    A-E HYDROGRAPHIC MAPPING AND SURVEYING SERVICES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Portland District, is seeking responses from small business firms for architect-engineering (A-E) services related to hydrographic mapping and surveying. The procurement aims to gather information on the capabilities and qualifications of interested parties to inform future solicitation strategies, with a focus on various hydrographic and geodetic services, including single transducer and multi-beam surveys, side-scan sonar, and environmental monitoring. This contract, anticipated to be advertised in April 2026, will be awarded in accordance with the Brooks A-E Act, and interested firms must submit their qualifications and relevant project examples by January 5, 2026, at 3:00 p.m. Pacific Time, to Kristel Flores and Alicia Evans via email. Firms must also be registered in the System for Award Management (SAM) to be eligible for consideration.
    ProjNet Bidder Inquiry Service Subscription
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army's Baltimore District, is seeking to procure a subscription to the ProjNet Bidder Inquiry Service to enhance the management of Requests for Information (RFIs) during the solicitation period for construction project acquisitions. This service, provided exclusively by the National Institute of Building Sciences (NIBS), is crucial for facilitating communication between interested parties and the contracting office. The procurement will be structured as a Brand Name only sole source Request for Quotation (RFQ), with a base period of one year and four optional years for continued service. Interested vendors can reach out to Ms. Erica Stiner at erica.j.stiner@usace.army.mil for further details.
    Commercial Solutions Opening - ERDC Cold Regions Research and Engineering Laboratory
    Dept Of Defense
    The Department of Defense, through the Engineer Research and Development Center (ERDC), is seeking innovative solutions via a Commercial Solutions Opening (CSO) to support the Cold Regions Research and Engineering Laboratory (CRREL). The focus of this procurement is on advancing research and development in six key areas: Cold Region Domain Awareness, Mobility and Maneuver in Cold Environments, Integrated Ice Operations, Advanced Materials for Extreme Cold, Resilient Energy Systems, and Cryospheric Biochemical Applications. These initiatives are critical for enhancing the operational capabilities of the Army in cold regions, ensuring effective mission execution in challenging environments. Interested parties can submit their solutions through the ERDCWERX platform starting January 31, 2025, until December 31, 2025, with all submissions directed to Melodie Fisher at melodie.y.fisher@usace.army.mil or by phone at 601-634-4687.
    Request for Information (RFI)-- Modular Protection System
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC), is conducting a Request for Information (RFI) to identify potential vendors capable of fabricating and delivering a Modular Protection System-Overhead Cover (MPS-OHC). The procurement involves the fabrication of one 5 ft x 60 ft steel section to be delivered to Vicksburg, MS, along with up to four 60 ft x 80 ft kits, including necessary accessories packaged in 20 ft ISO containers for delivery to Guam. This project is critical for enhancing operational capabilities and requires extensive steel fabrication expertise, including welding, plasma cutting, and assembly of various structural components. Interested vendors must submit their responses, including company information and capabilities, by 3:00 PM Central Standard Time on January 2, 2026, to Jennifer Hoben at Jennifer.Hoben@usace.army.mil and David Ammermann at David.G.Ammermann@usace.army.mil.
    USCG Cloud Computing (Sole Source)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractor support for a sole source contract focused on cloud computing services. The primary objective is to integrate, sustain, and develop the Coast Guard Intelligence Enterprise (CGIE), which includes the Intelligence Data Service and Cloud Support Services for the U.S. Coast Guard's Intelligence Coordination Center and the Intelligence Information Systems Processing Center (I2SPC). This initiative is crucial for maintaining a central repository of data and enhancing the overall system infrastructure and data management capabilities. Interested parties can reach out to Nakia G. Shaw at nakia.g.shaw@uscg.mil or Joshua Raheem at joshua.raheem@uscg.mil for further details, noting that this contract is not set aside for small businesses and is expected to last for six months.