Sources Sought: Rapid Sustainment Improvement Process—Contested Logistics: Expeditionary and Forward Sustainment/Repair

NCMS is assisting the Department of Defense (DOD) in seeking industry or academic partner(s) with capabilities, technologies, and expertise in Expeditionary and Forward Sustainment Repair within a Contested Logistics environment. [Examples of problems include – in-situ repair of fiber optic cables, faster troubleshooting of complex electrical systems, preventing corrosion across multiple platforms, performing multi-lingual tele-maintenance, and more rapid discernment using Conditions Based Maintenance Plus solutions.]

Purpose

The Department of Defense (DOD) is seeking industry partners that have expertise, knowledge, and solutions to enable expeditionary and forward sustainment/repair. Solutions should have a current FEDRAMP certification.

Solution Requirements

Solutions must meet or exceed DOD Technology Readiness Level 7 (TRL 7). Your prototype solution must be demonstratable in an operational environment (e.g., aircraft, vehicle, vessel, or space).

Your solution must be implementable within a 12-month timeframe.

THIS IS NOT A SOLICITATION

This Sources Sought is a tool to identify organizations with the capabilities and technologies to accomplish related work based on DOD requirements. Responses to this Sources Sought will be used to determine if this requirement is set aside. DOD is seeking solutions for potential fielding beginning October 2025.

Responses

Interested parties should provide a white paper of no more than seven (7) pages maximum including the following Information:

General Information

  • Company name, address point of contact name, telephone, email address and web address.
  • Commercial and Government Entity (CAGE) Code and Unique Entity Identifier.
  • Business size and classification (e.g., 8(a), SDB, VOSB, WOSB, etc.) based on NAICS 811 Repair and Maintenance.
  • If applicable, potential proposed teaming arrangements to include business size and classification of prime subcontractors, as well as potential partners in DoD organizations, other federal government organizations, and/or academia.
  • Federal Supply Schedule (FSS) Number (FSS must include NAICS code 811210 Electronic and Precision Repair and Maintenance).

Security Capability

  • Respondents must provide evidence of an active Security Facility Clearance. Contractor personnel must provide evidence of an active Secret Clearance at a minimum, for dedicated contractor personnel. All must maintain the applicable security clearance throughout the period of performance.

Special Requirements Capability

  • Description and graphics of solution.
  • Information to help DoD discern attributes identified in the Technical Capability and Supplemental Technical Capability sections.

Technical Capability

  • Provide a brief synopsis of similar work performed in relation to Expeditionary and Forward Sustainment Repair within a Contested Logistics environment. Provide information to support the firm’s experience, staffing and overall ability to perform the requirements.
  • Evidence of experience and past performance should include contracts/task orders from the past three (3) years similar in scope to this requirement. Identify if your company has any pre-existing contract vehicles and the contract number for similar services.
  • Identify contracts your company has been awarded under NAICS: 811210, “Electronic and precision Equipment Repair and Maintenance” or similar. Additional information on NAICS codes can be found at www.sba.gov.
  • Examples must include contract numbers, project titles, dollar amounts, period of performance, and Government points (name, phone number, and emails).

Supplemental Technical Capability

The government is attempting to discern the following attributes:

  • Does the solution improve readiness and/or improve efficiency across the Joint forces? Explain how and what DoD organizations could potentially benefit from implementation.
  • What is the technical maturity (technology readiness level)?
  • Approximate initial unit purchase price, long-term costs, and savings to enable approximation of return on investment if proliferated across the Joint forces?
  • Has the solution been placed into any operational test scenarios and if yes, what were the results?
  • Can the solution be operated in disconnected environments (Disconnected means there’s zero network connectivity from the assessed environment to the Internet or to any other machine that has Internet access)?
  • Are there DoD technical and/or cyber approvals in place for the solution?
  • Can the solution begin procurement in Fiscal Year 2026?

Additional Information

  • Indicate whether your firm would submit a proposal if a Request for Proposal (RFP) is issued, and whether your firm’s interest is for prime contracting, subcontracting, teaming agreement or joint venture.
  • Validation of, or recommended contract type for this effort.
  • Validation of, or recommended NAICS codes for this effort.
  • For selected critical task element(s), indicate any Small Business Subcontracting opportunities, as applicable.
  • In each task element, provide the percentage the Prime intends to perform and what percentage is intended for Small Business Subcontracting opportunities, as applicable.
  • Proprietary information and trade secrets shall NOT be submitted as part of a response. Please be advised that all submissions become Government property and will not be returned.  All Government and contractor personal reviewing Sources Sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423.  The Government shall not be held liable for any damages incurred if proprietary information is submitted, as it is clearly stated this type of information shall NOT be submitted.

Other Recommendations

  • Any information missing that would provide a better understanding of the effort desired.
  • Any information that is unduly restrictive to performance, specifically small business.
  • Please submit any other questions or comments along with your response.

Submissions must be completed no later than COB September 8, 2023. All submissions, questions or concerns can be addressed to opportunities@ncms.org

 

Disclaimer and other Legal information

Responding to a Sources Sought, RFI or Survey does not guarantee that a CTMA Program Initiative will result. By submitting a response, you are agreeing to allow NCMS to share your information with the United States Government. All submissions containing proprietary information shall be marked accordingly.

Under the CTMA Program, the parties shall limit participation on the project to (1) U.S. citizens, (2) lawful permanent residents as defined by 8 U.S.C. 1101(a)(20), (3) other protected individuals as defined by 8 U.S.C. 1324b(a)(3) and (4) Canadian citizens (pursuant to the principles underlying the Canada-U.S. Free Trade Agreement), if such participation will involve visual inspection of the Technology, Intellectual Property or Technical Information, or oral exchanges of information about the foregoing. We also require the project participants to furnish NCMS, upon request, with proof of the citizenship status of its personnel participating on the project, including (1) U.S. citizens; (2) legal permanent residents; and (3) foreign nationals who are not permanent residents. In instances where it is necessary to involve foreign national employees in the visual inspection of the Technology, Intellectual Property, or Technical Information, or oral exchanges of information about the foregoing, the parties will be required to furnish to NCMS proof of appropriate valid export license, or technical assistance agreement, or exemption from licensing requirements (e.g. Canadian exemption) to the extent required by the International Traffic In Arms Regulations (“ITAR”) or the Export Administration Regulations (“EAR”). A copy of such license or agreement shall be furnished to NCMS before any disclosure of information to such foreign person. In the event a party believes that the subject matter of the project agreement is not covered by ITAR, that party may request a written waiver of the requirements of foreign national provision in the CTMA Agreement, which may be granted if the NCMS contracting officer agrees that ITAR does not cover the subject matter.
These requirements also apply to individuals who have dual citizenship status.