Request for Information (RFI) for Logistics (LOG) Information Technology (IT) Capability Modernization, Deployment, and Support (CMDS)

expired opportunity(Expired)
From: Federal Government(Federal)
N68520-24-RFPREQ-F000000-0159

Basic Details

started - 15 Feb, 2024 (2 months ago)

Start Date

15 Feb, 2024 (2 months ago)
due - 20 Feb, 2024 (2 months ago)

Due Date

20 Feb, 2024 (2 months ago)
Bid Notification

Type

Bid Notification
N68520-24-RFPREQ-F000000-0159

Identifier

N68520-24-RFPREQ-F000000-0159
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709057)DEPT OF THE NAVY (156979)NAVAIR (14274)NAVAIR HQS (3698)FLEET READINESS CENTER (398)

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

2/15/2024: Please see Government response to questions received for this RFI, attachment 2.******************************************************************************************************************************************************************UPDATE: Due date for responses to RFI has been extended to 20 February 2024**Request for Information (RFI) for Logistics (LOG) Information Technology (IT) Capability Modernization, Deployment, and Support (CMDS) NOTICE ID: N68520-24-RFPREQ-F000000-01591.0 DESCRIPTION 1.1 BackgroundLogistics IT Portfolio OverviewProgram Executive Office (PEO) Manpower, Logistics, and Business Solutions (MLB) manages the Logistics (LOG) Information Technology (IT) portfolio which is composed of 300+ afloat and ashore IT systems/applications with 150,000+ users across all Naval Systems Commands (SYSCOMs) and Naval Operational Forces (NOF) to include ships, carriers, submarines, USN/USMC aviation squadrons, and Naval Expeditionary Forces. The United States
Coast Guard (USCG) is a joint user of LOG IT capabilities and will be considered as a part of the program requirements. LOG IT enables essential business operations, including the following capability pillars:Naval Maintenance, Repair, and Overhaul (N-MRO)Plan, predict, schedule, and execute maintenance at the Organizational, Intermediate, and Depot levelsNaval Supply Chain Management (N-SCM) (NOSS)Plan, procure, receive, store, distribute, dispose and manage material, goods and services across all commodities and communitiesNaval Product Lifecycle Management (N-PLM)Manage weapon system technical data required for life cycle support (configuration, Bill of Material, 3D models, readiness models, drawings, maintenance procedures)Provide workforce automation, optimization, and process standardization for program lifecycle management; integrate acquisition with the warfighterIntegration & Infrastructure (I&I)Facilitates data exchange and integration between modernized, legacy, and external IT systemsEnables synchronization of enterprise and edge instances of all portfolio componentsIncludes Logistics Information Network Connector (LINC) which provides a common platform hosting environment for LOG IT systems and applicationsLogistics Integrated Data Environment (L-IDE)Aligning readiness data systems to support the other 4 pillars, enable analytics, and supports broader data effortsN-MRO, N-SCM, N-PLM, L-IDE, and I&I capability pillars are currently undergoing modernization and limited deployment through Other Transaction Authority (OTA) orders and other means. LOG IT is also working closely with PEO MLB's technical team to align capability pillars to the DON initiatives. Logistics IT Integration and Support OverviewLogistics IT Integration and Support (LIIS) is a series of acquisitions to provide efficient shared services to the LOG IT portfolio. LIIS consists of two acquisitions to accomplish the following goals:Acquisition #1 [Awarded in Q4FY23 to Sev1tech, LLC]: LOG IT Portfolio Integration (PI) – Performs Portfolio and System of Systems (SoS) level tasks:Goal #1: Portfolio Management – Portfolio management and integration of common capabilities, data, and support services. Improve service performance and reduce operational costs through reduction/elimination/automation of duplicative services, capabilities, and data sets.Goal #2: Integrated Platform and DevSecOps Pipeline – Implementation of an agile development process and an adaptable architecture for continuous modernization, integration, migration; and accelerate speed to fleet of logistics capabilities.Acquisition #2 [This RFI]: LOG IT Capability Modernization, Deployment, and Support (CMDS) – Perform program/system level tasks:Goal #3: Continuous CMDS – continuous CMDS of the N-MRO, N-SCM, N-PLM, L-IDE, and I&I capability solutions as part of or within the integrated platform and DevSecOps pipeline.1.2 Scope OverviewCMDS contains three task lots:LOT 1: Capability Modernization (2.1.1)LOT 2: Operations Support Planning and Sustainment (2.1.2)LOT 3: Afloat Installation (2.1.3)Expanded description of these services can be found in Attachment 1, Draft CMDS PWS.Targeted LOG IT systems for modernization under this acquisition can be found in Attachment 1, Draft CMDS PWS.1.3 Acquisition Approach OverviewPEO MLB seeks highly qualified and experienced naval LOG IT capability providers to execute CMDS tasks for the continuous integration and continuous delivery (CI/CD) of modernized LOG IT capability solutions to the fleet.PEO MLB intends to establish a highly flexible and agile Indefinite Delivery Indefinite Quantity (IDIQ) multiple award contract (MAC) vehicle to enable rapid procurement of technical services. It is PEO MLB’s intention to compete mostly shorter term task orders (3 months – 18 months) to accelerate speed to fleet, facilitate competition, and maintain a strong industrial base for LOG IT.PEO MLB is considering the following as part of the acquisition approach:IDIQ MAC with a 5-year ordering periodContract types being considered: Cost Plus Fixed Fee (CPFF) Level of Effort (LOE), CPFF Completion, Cost-onlyThe MAC is expected to be awarded by Q1FY25. First Task Order is expected to be awarded by Q4FY25. PEO MLB is conducting market research by means of releasing an RFI that includes a draft PWS for industry comment.1.4 RFI Limitations THIS IS A RFI ONLY. THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE. This RFI is issued solely for market research to gain information and for planning purposes - it does not constitute a solicitation or a promise to issue a solicitation in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. If a solicitation is released, it will be published on the Sam.gov website.It is the responsibility of the potential respondents to monitor these sites for additional information pertaining to this potential requirement. The information provided in this RFI is subject to change and is not binding on the Government. Further, the release of the RFI should not be construed as a commitment or as authorization to incur cost for which reimbursement would be required or sought.Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the respondent’s expense. Failure to respond to this RFI will not preclude participation in any future solicitation, if issued.2.0 REFERENCE DOCUMENTS Draft PWS (Attachment 1)3.0 REQUESTED INFORMATION Responses to this RFI shall be in the form of a capabilities white paper submission, which will enhance the Government’s knowledge of market capabilities, potential sources, and assist in the Government’s development of future acquisition strategies. The results will be utilized to determine if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. At a minimum, interested respondents are to submit the following information: A. Provide your company information to include: (1) Name and address of respondent (Corporate/principal Office); (2) Name, telephone and email of Point of Contact; (3) CAGE code; and (4) business size, socio-economic status, and NAICS code(s) registration. B. The intended NAICS is 541512 – Computer Systems Design Services and the small business size standards is $32.5M. Indicate the extent to which your company works with or is designated as a small business, small disadvantaged business, HUBZone small business, women-owned, veteran-owned, or 8(a) participation in any potential resulting procurement. Identify the roles and opportunities for small business in the performance of described requirements. C. Provide any feedback on 1.2 Scope Overview and 1.3 Acquisition Approach Overview. Provide any potential risks your company sees and any input on potential mitigation approaches that should be considered. D. Provide any feedback on Attachment Draft PWS. Provide any potential risks your company sees and any input on potential mitigation approaches that should be considered. E. Describe your Company’s experience(s) conducting LOG IT capability modernization tasks described in Draft PWS Section 2.1.1. Indicate specific capability pillar(s) (N-MRO, N-SCM, N-PLM, L-IDE, I&I). Indicate specific system(s) supported and contract #, as prime or sub. Indicate COTS or GOTS implementation experience(s). F. Describe your Company’s experience(s) conducting LOG IT operations planning and sustainment tasks described in Draft PWS Section 2.1.2. Indicate specific capability pillar(s) (N-MRO, N-SCM, N-PLM, L-IDE, I&I). Indicate specific system(s) supported and contract #, as prime or sub. Indicate COTS or GOTS implementation experience(s). G. Describe your Company’s experience(s) conducting LOG IT Afloat Installation tasks described in Draft PWS Section 2.1.3. Indicate specific capability pillar(s) (N-MRO, N-SCM, N-PLM, L-IDE, I&I). Indicate specific system(s) supported and contract #, as prime or sub. Indicate COTS or GOTS implementation experience(s). H. Describe your Company’s experience(s) working with DoD unclassified systems, unclassified Naval Nuclear Propulsion Information (U-NNPI) systems, and classified systems in ashore and afloat environments, including cloud environments Impact Levels (ILs) 4 to 6 and forward deployed environments (small form factor (SFF) or deployable hardware). I. Based on a potential MAC award by Q1FY25 and first task order award by Q4FY25, indicate your company’s interest in submitting a proposal for all or part (one or more) of the three lots described in this RFI and in the draft PWS.4.0 RESPONSES 4.1 Proprietary Data Proprietary information is not desired; however, if any is provided, it MUST BE CLEARLY MARKED. All data received in response to this announcement marked or designated as corporate or proprietary information will be protected from release outside of the Government. Only unclassified responses will be accepted. Do not submit classified information.Only Government approved appropriate Government officials will review RFI submittals.4.2 Response Submittal Responses to this RFI must be in Microsoft Word 2010 or earlier, or in Adobe PDF format. Responses are due no later than 13 February 2024 and shall not exceed 10 pages (12 point font minimum). File names should only contain letters and numbers without special characters. Please be advised that all submissions will not be returned. Responses to this RFI shall be submitted to the Procuring Contracting Officer (PCO), Meghan Huett, at meghan.e.huett.civ@us.navy.mil and contract specialist, Courtney Dagenhart Courtney.e.dagenhart.civ@us.navy.mil.5.0 VIRTUAL INDUSTRY FORUM TO DISCUSS THE PLANNED ACQUISITION STRATEGY AND DRAFT REQUIREMENTS The Government at this time does intend to host an Industry Forum via teleconference to address this RFI, draft PWS, and planned acquisition strategy. The Government’s intent of the event is to bring together industry and Government members intending to support the CMDS acquisition to critically review the planned strategy, suggested alternatives, necessary commerciality of services, draft performance requirements, and capabilities to meet the need.Additionally, questions are requested to be submitted in writing to the PCO, Meghan Huett, at Meghan.e.huett.civ@us.navy.mil and CS, Courtney Dagenhart Courtney.e.dagenhart.civ@us.navy.mil, no later than 1 February 2024 to enable development of responses.6.0 INDUSTRY EXCHANGES Government representatives may or may not choose to meet with potential respondents in order to perform additional market research. Such exchanges, should they occur, would be solely for the purpose of obtaining further clarification of industry’s potential capabilities.

USALocation

Place Of Performance : N/A

Country : United States

Office Address : ATTN CHIEF OF STAFF 47038 MCLEOD ROAD, BLDG 448 PATUXENT RIVER , MD 20670 USA

Country : United StatesState : MarylandCity : Patuxent River

You may also like

NIDCR INFORMATION TECHNOLOGY SUPPORT SERVICES

Due: 16 Dec, 2024 (in 7 months)Agency: NATIONAL INSTITUTES OF HEALTH

IMPACTSIIS (Statewide Immunization Information System) Registry Support and Training

Due: 30 Apr, 2027 (in about 3 years)Agency: DOH-Dept of Health

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 541512Computer Systems Design Services