Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 21, 2025 SAM #8700
SOURCES SOUGHT

99 -- Request for Information (RFI) - Installation and Logistics Management Services, 3rd Generation (ILMS III)

Notice Date
9/19/2025 8:55:55 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
C5I DIVISION 3 PORTSMOUTH PORTSMOUTH VA 23703 USA
 
ZIP Code
23703
 
Solicitation Number
70Z04425BOD6-RFI
 
Response Due
10/24/2025 11:00:00 AM
 
Archive Date
11/08/2025
 
Point of Contact
Ken Boyer
 
E-Mail Address
kenneth.s.boyer@uscg.mil
(kenneth.s.boyer@uscg.mil)
 
Description
Request for Information (RFI) for Installation and Logistics Management Services, 3rd Generation (ILMS III) U.S. Coast Guard Command, Control, Communications, Computers, Cyber and Intelligence Service Center (C5ISC) Notice ID: 70Z04425BOD6-RFI NAICS: 541330 � Engineering Services 1. Purpose The United States Coast Guard (USCG) is conducting market research to gather industry input regarding the potential future acquisition of the Installation and Logistics Management Services, 3rd Generation (ILMS III) contract. This Request for Information (RFI) is issued in accordance with Federal Acquisition Regulation (FAR) 15.201(e) to assess market interest, business capability, and industry insight to support the scope outlined below. This Request for Information (RFI) aims to: Determine industry interest and capacity: We are seeking to understand whether businesses, both large and small, are interested in and capable of meeting the requirements of the ILMS III program. Gather industry input: We are soliciting feedback from industry partners on the following key areas: Acquisition Strategies: What are your recommendations for the most effective acquisition strategy for this program? Contract Vehicles: What existing or preferred contract vehicles would be suitable for this effort? Commercial Best Practices: What commercial best practices can be incorporated to improve the ILMS III program's success? Inform future solicitations: This RFI is intended to help the Government better understand industry standards and expectations, ultimately informing the development of a more effective and well-informed solicitation strategy. This RFI does not constitute a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ), and it is not to be construed as a commitment by the Government to enter a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this RFI is preliminary and is subject to change if, and when, a solicitation is issued. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract, and unsolicited proposals will not be accepted. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this RFI, or future solicitations. 2. Background The USCG Command, Control, Communications, Computers, Cyber and Intelligence Service Center (C5ISC) manages a wide array of C5I systems across multiple product lines and shared services divisions. These systems are deployed across diverse platforms including cutters, aircraft, shore units, and expeditionary environments. The current ILMS II Multiple-award (8a) IDIQ was awarded in June of 2024 and expires in 2029. ILMS III is intended to provide at least the same comprehensive, life-cycle installation and logistics support services to ensure operational readiness, effective modernization, and sustainment of these critical systems. 3. Scope of Requirement A DRAFT Scope of Work (SOW) that is similar to the current ILMS II IDIQ is attached. Industry is encouraged to review all sections and tailor responses accordingly. The prospective contract will include, but is not limited to, the following functional areas: A. Integrated Logistics Support (ILS) Logistics planning and execution aligned with USCG directives and lifecycle sustainment principles. Inventory, supply chain, and warehouse coordination. Documentation management (e.g., Logistics Support Analysis Records, As-Built drawings). Kitting and material staging for system deployment. B. Installation & Modernization Services Site surveys, system installation, integration, and configuration on vessels, aircraft, and facilities. System testing, acceptance, and commissioning. Cable routing, system mounting, and interface validation. Support for decommissioning and legacy system removal. C. System Sustainment & Maintenance Preventive and corrective maintenance support. Field service representative deployment (CONUS and OCONUS). Technical troubleshooting and system repair. D. Engineering & Documentation Support Coordination with USCG system engineers and configuration managers. Development of technical manuals, system diagrams, and ILM documents. Participation in technical reviews and audits. E. Training Support Development of courseware and delivery of end-user/operator training. On-site training post-installation. F. Cybersecurity and Classified Systems Support for systems operating in classified environments. Compliance with DoD and DHS cybersecurity frameworks (e.g., RMF, STIGs). 4. Key Performance Characteristics Offerors should be capable of: Providing cleared-personnel and surge staffing for classified/mission-critical deployments. Operating in remote and austere locations, including overseas assignments. Supporting continuous lifecycle engagement across concept, deployment, and sustainment. Managing multiple simultaneous task orders across different geographical areas. 5. Requested Information from Industry Company Information: Name, UEI/CAGE, size classification under the applicable NAICS, GSA schedule status, and point of contact (email and phone number). Facility Clearance Level. Capabilities Statement: Describe your ability to meet or exceed the requirements outlined in Section 3. Relevant Past Performance: Provide examples of similar work performed for DoD, DHS, or other federal agencies within the past five (5) years. Contract Vehicles: Identify existing Government-Wide Acquisition Contracts (GWACs), IDIQs, or other vehicles through which your company can provide these services (e.g., GSA MAS, OASIS+, SeaPort-NxG). Anticipated Teaming Strategy or subcontracting opportunities. Feedback on Draft Requirements: Share any recommendations to improve clarity, reduce risk, or increase competition. What innovative technologies or processes do you believe could enhance the efficiency of ILMS for C5I systems? Beyond incremental improvements, how could the entire ILMS lifecycle for C5I systems be fundamentally reimagined to achieve significantly greater efficiency, reduced costs, or enhanced operational readiness? Based on your understanding of the draft requirements document, and considering the type of services described, please provide your rationale as to whether you believe the Service Contract Labor Standards (SCLS) would apply to this procurement. 6. Submission Instructions Responses should be submitted via email to: Mr. Kenneth S. Boyer Email: kenneth.s.boyer@uscg.mil Subject Line: RFI Response � ILMS III [Company Name] Due Date: October 24, 2025 Please limit responses to 10 pages, excluding brochures or marketing material.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/028524a1d54f4b7aae7b228e7d8c41ad/view)
 
Record
SN07598678-F 20250921/250919230051 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.