FY2025 RMSS RFI
ID: FY25004Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6EK HQDA PMGWASHINGTON, DC, 20310-2800, USA

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the Office of the Provost Marshal General (OPMG), is issuing a Request for Information (RFI) to identify potential sources for Resource Management Support Services, with an estimated contract value of approximately $3.94 million over a three-year period. The selected contractor will provide critical support in budget and programming coordination for OPMG, the Defense Forensics and Biometrics Agency, and the Army Corrections Command, including financial monitoring, Army Audit Readiness (AAR) assistance, and military human resource tasks. This opportunity emphasizes the need for expertise in federal budgeting processes and compliance with Department of Defense regulations, requiring at least a SECRET security clearance, with some tasks necessitating a TOP SECRET clearance. Interested Offerors must submit a summary of their capabilities within five days of this posting to Amanda Davis at Amanda.d.davis.civ@army.mil.

Point(s) of Contact
Files
Title
Posted
The U.S. Army Office of the Provost Marshal General (OPMG) is seeking to award a contract for Resource Management Support Services, with a total estimated value of approximately $3.94 million over a three-year period. The contract encompasses mission-critical services that aid in budget and programming coordination for OPMG, the Defense Forensics and Biometrics Agency, and the Army Corrections Command. Key responsibilities include financial monitoring through the General Fund Enterprise Business System (GFEBS), supporting Army Audit Readiness (AAR), and assisting with military human resource tasks. The contractor must have expertise in federal budgeting processes, program management, and compliance with DoD regulations, requiring at least a SECRET security clearance, with some tasks necessitating a TOP SECRET clearance. Interested Offerors must submit a summary of their capabilities within 5 days of publication and can expect a sole-source award based on their submissions and subsequent one-on-one meetings with the government. The proposal encourages a comprehensive approach to resource management while ensuring alignment with federal standards and practices.
Lifecycle
Title
Type
FY2025 RMSS RFI
Currently viewing
Sources Sought
Similar Opportunities
Managing Army's Human Capital - Innovation, Integration, and Implementation (MAHC III)
Buyer not available
The Department of Defense, specifically the Program Executive Office Enterprise, is seeking vendors to support the Integrated Personnel and Pay System – Army (IPPS-A) through the Managing Army's Human Capital - Innovation, Integration, and Implementation (MAHC III) procurement. This opportunity aims to identify companies capable of sustaining and enhancing the existing PeopleSoft platform, which integrates personnel and pay processes for over 1.1 million soldiers across various Army components. The initiative is critical for modernizing human capital management and ensuring operational efficiency through Agile methodologies and Continuous Integration/Continuous Delivery (CI/CD) practices. Interested parties must submit their responses to the Request for Information by December 16, 2024, and can direct inquiries to Abby Robbins or Shelly A. Hitt via their provided email addresses.
Market Research and Studies Survey Services
Buyer not available
The Department of Defense, through the Defense Human Resources Activity (DHRA), is seeking contractors to provide Market Research and Studies Survey Services as part of the Joint Advertising, Market Research and Studies (JAMRS) program. The procurement aims to deliver comprehensive knowledge-based survey services, including multi-method personnel research, survey design and implementation, and analysis of complex survey data relevant to military recruiting and personnel analytics. This initiative is crucial for enhancing military recruitment strategies and understanding personnel behaviors throughout the military life-cycle. The solicitation is expected to be released on or about May 15, 2025, with contract awards anticipated in the first quarter of Fiscal Year 2026. Interested parties can reach out to Courtney Fluellen at courtney.r.fluellen.civ@mail.mil or Ralph Neely at ralph.m.neely.civ@mail.mil for further inquiries.
Control Systems Governance Office Technical and Program Support
Buyer not available
The Department of Defense, specifically the U.S. Army's Control Systems Governance Office (CSGO), is seeking qualified contractors to provide technical and program support services. The procurement focuses on management and professional services, including program support, data integration, and operational technology expertise, aimed at enhancing control systems governance and compliance within the Army. This opportunity is particularly significant as it aims to establish a small business set-aside, contingent upon receiving responses from two or more qualified small businesses, with an anticipated contract duration of one base year and three optional years. Interested parties must submit their capabilities statements by April 14, 2025, and can direct inquiries to Lexus Robinson at lexus.r.robinson2.civ@army.mil or Stephen Fuller at stephen.b.fuller4.civ@army.mil.
Remote Manifesting Resolution Center (RMRC) Follow-On Sources Sought
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking expressions of interest from both large and small businesses to provide functional, technical, and analytical support for the Remote Manifesting Resolution Center (RMRC) at Scott Air Force Base, Illinois. The procurement aims to gather information on vendors' capabilities to support the Global Air Transportation Execution System (GATES) and project management, including 24/7 operational support, data collection, reporting, and compliance with Department of Defense standards. This opportunity is critical for maintaining operational continuity and compliance in air transportation logistics, with a focus on ensuring data integrity and security. Interested parties must respond by April 28, 2025, and can direct inquiries to primary contact Andres Silva at andres.silva.8@us.af.mil or secondary contact Jessica Montgomery at jessica.montgomery.6@us.af.mil.
BASE REALIGNMENT AND CLOSURE FINANCIAL MODULE (BRAC FM) SERVICE SUPPORT
Buyer not available
The Department of Defense, through the Mission and Installation Contracting Command-Fort Sam Houston, is seeking a contractor to provide service support for the Base Realignment and Closure Financial Module (BRAC FM). The contractor will be responsible for maintaining and managing the BRAC FM system and its public website, ensuring compliance with federal information security and accessibility standards, and providing technical support, with a focus on enhancing operational effectiveness. This procurement is a total small business set-aside under NAICS code 541513, with an estimated total award amount of approximately $37 million over a contract period that includes one base year and four optional renewal years. Interested parties must submit their proposals electronically by May 23, 2025, and can direct inquiries to Jared Kiser or Tarine Grace via their provided email addresses.
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.
Rapid Response Munitions Testing & Engineering Services Follow On
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking responses from qualified entities for Rapid Response Munitions Testing and Engineering Services. The procurement aims to provide engineering services and rapid response testing support for various programs that enhance the safety and effectiveness of munitions, ensuring compliance with military standards and operational readiness. This opportunity is critical for supporting the warfighter by characterizing, testing, and documenting the performance of weapons and munitions, with a focus on safety, environmental analysis, and logistics. Interested companies must submit their responses, including a completed RFI Survey, to Kimberly S. Hall at kimberly.s.hall31.civ@us.navy.mil by May 13, 2025. The NAICS code for this opportunity is 541330, with a size standard of $25.5 million.
ACC APG Tenant Division Competitive/Fair Opportunity Industry Updates FY 2025
Buyer not available
The Department of Defense, through the Army Contracting Command - Aberdeen Proving Ground (ACC-APG), is providing updates on competitive acquisition opportunities for fiscal year 2025. This initiative aims to enhance communication between ACC-APG, mission partners, and industry stakeholders, with a focus on various procurement needs including construction, support services, and specialized equipment. Key projects include a $100M - $110M Post-Wide Minor Construction Recompete, a $12M - $15M Forestry Management Support Services contract, and a $5.5M contract for the DEWESOFT Sirus Data Acquisition System, among others. Interested vendors are encouraged to direct their inquiries to Ms. Yadira Colon at yadira.i.colon.civ@army.mil, with updates and additional information to be posted regularly. All procurement opportunities are subject to change, and no formal proposals should be submitted at this stage.
Request for Proposals: On-Premises Intellectual Property (IP) and Technology Transfer (T2) Database and Related Services
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity (USAMRAA), is soliciting proposals for an On-Premises Intellectual Property (IP) and Technology Transfer (T2) Database and related services. The procurement aims to acquire a Commercial Patent Docketing and Database Software System to support the United States Army Medical Research and Development Command (USAMRDC) in managing patenting and licensing processes, ensuring compliance with legal requirements, and enhancing data management capabilities. This initiative is critical for effective intellectual property management within the medical research community, with the contract expected to be awarded by May 12, 2025. Interested parties should direct inquiries to Lisa Kuhns at 301-619-2336 or via email at lisa.z.kuhns.civ@health.mil, and proposals must adhere to the specified submission guidelines to be considered.
ACC-APG Natick Division FY25 Upcoming Aquisitions
Buyer not available
The Department of Defense, specifically the ACC-APG Natick Division, is preparing to release a Request for Proposal (RFP) for the maintenance of Storyline 360, a software tool critical for enhancing combat readiness. This procurement, valued at approximately $21,000, is currently in the pre-award/package development stage, with an estimated solicitation release planned for May 2025, and will be awarded on a competitive basis under a Firm-Fixed-Price (FFP) contract for a one-year period. The initiative underscores the government's commitment to utilizing updated software solutions to support military operations effectively. Interested vendors can reach out to the Natick Division at usarmy.natick.acc-micc.mbx.ncd-internal-tasker@army.mil for further information.