SOURCES SOUGHT
99 -- REQUEST FOR INFORMATION For Systems Engineering and Technical Assistance (SETA) Program Executive Office, Command, Control, Communications-Network (PEO C3N) Project Manager Interoperability, Integration and Services (PM I2S)
- Notice Date
- 7/2/2025 10:06:25 AM
- Notice Type
- Sources Sought
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
- ZIP Code
- 21005-1846
- Solicitation Number
- W15P7T25RXXXX
- Response Due
- 8/1/2025 2:00:00 PM
- Archive Date
- 08/02/2025
- Point of Contact
- Ezra Kohn, Phone: 5206712251, Shawn Jamerson, Phone: (410) 278-5412
- E-Mail Address
-
ezra.y.kohn.civ@army.mil, shawn.l.jamerson.civ@mail.mil
(ezra.y.kohn.civ@army.mil, shawn.l.jamerson.civ@mail.mil)
- Description
- REQUEST FOR INFORMATION For Systems Engineering and Technical Assistance (SETA) Program Executive Office, Command, Control, Communications-Network (PEO C3N) Project Manager Interoperability, Integration and Services (PM I2S) Enterprise � Identity, Credential and Access Management (E-ICAM) This notice serves as market research in accordance with FAR Part 10. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. THIS IS NOT A REQUEST FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS REQUEST FOR INFORMATION. INTRODUCTION The Army Contracting Command, Aberdeen Proving Grounds (ACC-APG) on behalf of the Program Executive Office, Command, Control, Communications-Network (PEO C3N), Project Manager Interoperability, Integration and Services (PM I2S) is issuing a sources sought notice as a means of conducting Market Research to identify interested parties with the capabilities and resources to support mission essential enterprise services to the tactical edge and lead in the transformation of the Army's legacy Information Technology (IT) products and services to a shared enterprise services model-enabling a seamless, integrated front end for the Soldier on any trusted device, anywhere, anytime. The contractor will offer innovative solutions to the government and implement the recommended solutions upon government approval. E-ICAM requires support for the delivery of secure, modern, agile, effective and efficient information technology enterprise services by optimizing the efforts, interdependencies and synergies of ongoing projects. This includes analysis of existing processes to identify, recommend, and implement best commercial practices, new technologies, and streamlined approaches; technical expertise to E-ICAM in the development, acquisition, implementation, and transition delivery of responsive, customer-focused services; comprehensive Governance and Federation efforts to align with DoD policies to secure, integrate standards-based environment, and assist in leading the Army network modernization to deliver timely, trusted and shared information for the Army and its mission partners. Based on the responses to this RFI/Market Research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. **Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. ** PLACE OF PERFORMANCE The primary place of performance where contractors will perform work is at Government Facility located on Ft. Belvoir, Virginia. Some work may be performed at a Government Facility located on Aberdeen Proving Ground (APG), Maryland or at the Contractor Site. DISCLAIMER THIS RFI IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. 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. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ARE ISSUED. PROGRAM BACKGROUND In 2020, the Program Executive Office (PEO) Command, Control, Communications, and Network (C3N) was restructured to better align with the Army�s Networking Modernization Strategy. The centerpiece of the restructuring was the dedication of a project office, Project Manager Interoperability, Integration and Services (PM I2S). PM I2S engages across the network portfolio to enable the design, integration, acquisition, and delivery of modernized network solutions for the Army and Joint Forces. This project office provides clear linkage to the cross-cutting interoperability line of effort within the Army�s network implementation plan. It plays a key role in coordinating between the Army�s program offices that deliver tactical network capabilities and the Army Future Command�s Command and Control (C2) Cross Functional Team. PM I2S is committed as an organization to ensure critical capabilities are provided to the Warfighter. In January 2023, E-ICAM was established to create a global, scalable, robust capability leveraging a single set of authoritative identity data to grant access to Army IT resources at the point of need, regardless of location, and set the foundations for the Zero Trust Architecture Framework. In August 2023, the realignment and transition of the E-ICAM mission from Program Executive Office Enterprise Information Systems (PEO EIS) to PEO C3N was approved with the Initial Operating Capability to be completed no later than 01 October 2023. In August 2023, the realignment and transition of the E-ICAM program from PEO EIS to PEO C3N was approved. In October 2023, E-ICAM was realigned under PM I2S to create a global, scalable, robust capability leveraging a single set of authoritative identity data to grant access to Army IT resources at the point of need, regardless of location, and set the foundations for the Zero Trust Architecture Framework. Future requirements, innovation and transformation are anticipated to impact and adjust the current E-ICAM�s mission set. The current mission set is comprised of: Enterprise Access Management Services � Army (EAMS-A) is implemented with a Defense Information Systems Agency (DISA) solution that intercepts traffic to Army applications for authentication and authorization purposes by validating end-user identity and permissions based on attributes in the AMID. Army Master Identity Directory (AMID) is the Army's personnel database housing Department of Defense (DoD) identity information pulled from the Defense Manpower Data Center, Integrated Pay and Personnel System � Army, Defense Civilian Personnel Data System and other DOD data sources. Multi-Factor Authentication (MFA) implements an alternative enterprise solution to replace username and password Single-Factor Authentication. Identity Governance & Administration (IGA) is the Centralized interface for automated user account creation/deactivation and permissions management, enabling segregation of duties and least privilege enforcement at the enterprise level. IGA enables security administrators to efficiently manage user identities and access across the enterprise. It improves their visibility into identities and access privileges and helps them implement the necessary controls to prevent inappropriate or risky access. Privileged Access Management (PAM) secures privileged users and their access from threats. Privileged access sessions and transactions can be retraced and remedied in the event of breach. PAM�s just-in-time (JIT) privilege management capabilities ensure privileged users have access to only what they need, when they need it, and only for the length of time they need it, reducing cyber risks and safeguarding assets. The Account Validation System (AVS) streamlines identity lifecycle management by provisioning and maintaining accounts and privileges across multiple systems. It automates access certification and recertification, ensuring role and identity entitlements remain compliant as personnel join, move within, or leave the organization. AVS facilitates automated account provisioning and de-provisioning (AAP) while verifying user qualifications and role eligibility. The system supports Master User Record (MUR) reporting, enabling identity governance and administration through comprehensive audits and data rollups of Army-wide system and application access. It enforces segregation of duties (SoD) within Army systems (INTER-SoD), across Army systems (INTRA-SoD), and across federated DoD Component applications and systems (ENTERPRISE-SoD). Additionally, AVS ensures periodic recertification of both internal and external user access. Audit Readiness is the continuous implementation of the E-ICAM processes to demonstrate the completeness, existence, and accuracy of the key audit controls. The implementation of internal audit drills and audit documentation preparation, review, and management in anticipation of an Army SOC 1 audit facilitates the Program Office�s ability to receive an Unmodified, or �clean�, audit finding from external agencies. REQUIRED CAPABILITIES The Contractor shall provide program management, operations management, business management and technical management. This includes solutions necessary for E-ICAM to satisfy its mission to procure, develop, deliver, and sustain enterprise level IT products and services that enable end-to-end communication, collaboration, messaging, content management, and application hosting across the Army. The project-oriented services will include but not be limited to: Agile project management Customer, stakeholder, and solution provider engagement Technical expertise Training development Risk, requirements, and configuration management Problem/issue identification and resolution Content management Budgeting and cost for centrally funded and customer reimbursable use cases Solution provider service level agreement monitoring Communications and status reporting Regression testing Version control The contractor shall provide administrative program management. This includes management and oversight of all activities performed by contractor personnel, including subcontractors. The Contractor shall provide Business Management services by providing specialized expertise that includes program, budget and cost analysis, acquisition, finance, and accounting services. The Contractor shall provide the government with strategic IT planning, implementation, and transition of E-ICAM mission areas and material solution services. Lifecycle logistics sustainment activities shall be provided to include the lifecycle sustainment plan, configuration management plan, fielding plan, transition to sustainment plan, sustainment plan, and system training plan. Materiel fielding services and new equipment training (NET) shall be provided as well as Integrated Logistics Support (ILS) in the areas of: field engineering, supply support, materiel issues and fielding, equipment integration, software installation, test and evaluation, publications/documentation, support technical or operational testing; planning for continuous improvement; forecasting obsolescence, sustainment and refreshment of capabilities; identifying risks, analyzing and providing mitigation strategies; tracking/ensuring compliance with the Life Cycle Sustainment Plan (LCSP); and other technical and programmatic support. Systems Engineering to include knowledge management, strategic engagement, cybersecurity, Cloud migration and risk management shall also be provided by the contractor. SPECIAL REQUIREMENTS Quality Management Plan (QMP) A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain the required Facility Clearance: SECRET. Safeguarding Required: SECRET; The Government may require specific contractor personnel to possess a TOP SECRET security Clearance. The Government will identify the/these specific positions with sufficient time to meet contract requirements. Sensitive Compartmented Information (SCI): Not Applicable Government Furnished Property Management plan ** The estimated period of performance consists of a twelve (12) month Base Period and four (4) 12-month Option Periods, for a total of five (5) years with performance commencing on 30 Jan 2026. SETA Request for Information Questionnaire: The documentation submitted in response to this RFI announcement must address at a minimum the following items: What type of work has your company performed in the past in support of the same or similar requirement? Including contract number(s), organization(s) supported, indication of whether as a prime or subcontractor, contract value, Government point of contact (POC), and a brief description of the specific task areas in the referenced contract as it relates to the services described herein. Please indicate whether you have DoD, C5ISR, and PEO C3N specific experience. 2. Describe your company�s understanding of E-ICAM and how your company�s core business relates to the program. 3.Describe your company�s experience providing support like that of E-ICAM. 4. Describe your company�s approach to on ramp and off ramp E-ICAM�s requirement, provide a smooth transition of work, approach to recruit and hire the required professionals to include screening, examining, selection, hiring, orientation, training, assigning, supervising, evaluating, and processing of professionals to accomplish contract requirements to ensure top-quality personnel are ready to support on first day of period of performance. 5. What specific technical skills does your company possess which ensure its capability to perform the tasks? 6. Has your company managed a team of subcontractors before? If so, describe your company�s subcontracting management plan. 7. Include in your response your ability to meet the required Facility and Safeguarding requirements. 8. Responses should also include a cover letter (not included in the page count) providing: a. POC information to include: company name, contact name, company address, website (if available), contact phone number, and contact email address. b. Your intention of being a Prime or a Subcontractor. c. Your Company�s experience in performing this type of effort or similar type of effort (to include size and complexity) and a brief description of your direct support of the effort. d. Commercial and Government Entity Code (CAGE) Code Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. If so, will you bid as a Prime or Subcontractor or in a teaming arrangement? a. If more than 50 percent of subcontracting or teaming is anticipated, please address the administrative and management structure of such arrangements. b. Please provide the estimated percentage of the work to be performed by the Offeror and by your proposed subcontractor. SUBMISSION DETAILS All questions and/or capability statements shall be submitted in either MS Word or PDF format, via email to Contract Specialist, Ezra Kohn at ezra.y.kohn.civ@army.mil and Contracting Officer Shawn Jamerson at shawn.l.jamerson.civ@army.mil, NLT 01 August 2025 @ 1700, Eastern Standard Time (EST). Do not include any company identifying marks in your questions, as the questions and answers may be released to all interested vendors. Only electronic submissions are being accepted currently. Responses to this RFI shall be limited to 10 pages maximum.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0af06cc09f6443269395839a453d3c81/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN07498114-F 20250704/250702230050 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |