July 14, 2025
As the nation’s combat logistics support agency, the Defense Logistics Agency (DLA) manages the end-to-end global defense supply chain—from raw materials to end user disposition—for the US military services; 11 combatant commands; other federal, state, and local agencies; and partner and allied nations. Specifically, NCMS is assisting the DLA Map Catalog Program Management Office (PMO) in identifying a company with the capability to shrink and expedite the development timeline for the forthcoming v4.0 Standalone DLA Map Catalog Software release.
Background
The rapidly changing Information Technology environment requires DLA to frequently refresh and update existing DLA application software to meet security and regulatory standards. Past software updates to the DLA Map Catalog application have taken two to three years and were very labor intensive and costly. This affects the DLA Map program’s budget and schedule, which instead could be spent on new initiatives and application enhancements. It also affects the warfighter using the application, who would benefit from having access to the new functionality in a timely manner.
Objectives
The DLA Map Catalog Program Management Office (PMO) seeks a comprehensive, secure analysis and assessment of the DLA Map Catalog application software language to assess conversion from the current Environmental Systems Research Institute (ESRI) Java Runtime version 200.x Software Development Kit (SDK) to an ESRI .NET SDK. The deliverables will streamline the DLA Map Catalog software conversion process and identify areas in the application software code that require further attention and remediation. This will provide a more efficient process for updating the application software, thus reducing cost and personnel time in development and testing. This will result in a more stable, secure, and compact application delivered to the warfighter. Ultimately, the desired outcome would be the above analysis and a new v4.0 DLA Map Catalog using ESRI’s .NET SDK at 80 percent functionality or higher that is 508 compliant. The expected timeline for delivery to the DLA Map Catalog PMO is within six months. Any off-site/non-DLA network should be FedRamp Moderate authorized and able to handle up to CUI information, code, and data. Interested parties should submit a white paper response that does the following:
- Identifies lines of DLA Map Catalog application program code that could not be converted and require manual inspection
- Identifies lines of DLA Map Catalog application program code that could contain a security risk within the application and suggests remediation options
- Identifies lines of DLA Map Catalog application program code that could be improved for 508 compliance and provides improvement suggestions
- Identifies poorly constructed or illogical arguments in the DLA Map Catalog application program code and suggests remediation options
- Provides an organized, timely report of DLA Map Catalog application program code analysis
- Provides a fully functioning DLA Map Catalog at or above 80 percent accuracy including 508 compliance
- Delivers code and related documentation
Submission Requirements:
- The White Paper response should comprise a PDF document with NO MORE than 4 pages, not including a cover page, using the format below.
- Describe a general approach including phases to accomplish the objectives
- Describe assumptions
- Provide a detailed approach to the objective
- List of tasks
- List of deliverables
- Establish a high-level project schedule and estimated timing
- Summarize recent and relevant experience in accomplishing similar evaluations and using modeling and simulation tools and processes
- Provide URLs to corporate presentations including engineering, modeling and simulation, prototyping, testing, and manufacturing capabilities.
- Please download and complete the Cost Summary Form (CSF). Then upload it as shown below.
Deadline
Responses are due by COB on July 28, 2025. All submissions should be in the form of a PDF file that is titled: SourcesSought.DLA.CompanyName (ex. SourcesSought.DLA.NCMS)
*** The intention of this Sources Sought is to contract the initiative through the Commercial Technologies for Maintenance Activities (CTMA) contract vehicle. It is important to note that this contract vehicle is a Cooperative Agreement, requiring an in-kind contribution and a CTMA final report. The program also does not allow fixed fee/profit. Please reach out to opportunities@ncms.org for any questions or concerns regarding these items.
Evaluation Criteria
- Technical Feasibility. How technically feasible is the proposed solution, given the present state of the technology? Solutions with a lower technological risk profile are favored.
- Responsiveness. How responsive is the proposed solution? Solutions responsive to the problem identified, without creating new problems, are favored.
- Viability. How viable is the proposed solution, given existing organizational and regulatory environments? Solutions compatible with existing DLA, DoD, and federal policies, processes, and procedures are favored.
- Desirability. How desirable is the proposed solution to the eventual end-user? Solutions easily adaptable, useful, and implementable are favored.
- Funding. Does funding reasonably exist to fund the proposed solution? Solutions with lower prices are favored.
Disclaimer and Other Legal Information
NCMS encourages the participation of Disadvantaged Business Enterprises (DBEs), including Minority Business Enterprises (MBEs) and Women’s Business Enterprises (WBEs).
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.
Any industry or academia participant awarded a contract by a participating government sponsor pursuant to a Sources Sought, RFI, or Survey will be compensated, under the agreement, on a cost-reimbursable basis. Each project participant will be expected to share in the total project cost by contributing cash or in-kind resources.
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.