Skip to main content

An official website of the United States government

You have 2 new alerts

Navy Enterprise Resource Planning (ERP) Sustainment Support

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Aug 16, 2024 01:17 pm EDT
  • Original Response Date: Aug 23, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Sep 07, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: R799 - SUPPORT- MANAGEMENT: OTHER
  • NAICS Code:
    • 541511 - Custom Computer Programming Services
  • Place of Performance:
    Washington Navy Yard , DC 20374
    USA

Description

  • Notice Type:  Pre‐Solicitation
  • Date:  16 August 2024
  • NAICS:  541511 – Custom Computer Programming
  • Product Service Code (PSC) : R799 -  SUPPORT MANAGEMENT: OTHER
  • Subject of Procurement (title):   Navy Enterprise Resource Planning (ERP) Support
  • Solicitation #: N00030‐25‐R‐4301
  • Contracting Office Name/Address:

Strategic Systems Programs

1250 10th Street SE, Suite 3600

Washington Navy Yard, DC 20374-5127

  • Contracting Office POCs:

Primary:

Antwain Johnson

Antwain.Johnson@ssp.navy.mil

  • Response Date:  23 August 2024
  • Extent of Set‐Aside (if applicable): 100% Set Aside for Small business Concerns under NAICS 541511 with a size standard of 34 (millions of dollars).

Strategic Systems Programs (SSP), intends to issue a firm fixed price level of effort (FFP-LOE) FAR Part 15 commercial service contract for support of  its ERP system to include, but not limited to, Navy ERP deployment, sustainment, stabilization, operations and business process support, development, testing, issue resolution, business process and system deficiencies, data quality, end-user support, training, reporting, user management, role resolution and major upgrades.  

This action is being awarded, on a sole source basis, to Malasha Technologies, Inc. (MTI)  7298 Glenview Farm Dr West Chester, OH 45069-7597 per 10 U.S.C. 3204(a)(1), “Only one responsible source and no other supplies or services will satisfy agency requirements.”, as implemented by FAR 6.302‐1.

Navy ERP is a highly customized, complex integrated business system that functions as both the Department of the Navy's financial system of record and its Accountable Property System of Record (APSR). It is the primary system providing critical functionality for managing money, programs, equipment, and supplies for SSP. MTI has demonstrated experience in providing Navy ERP support, as they have provided unique technical and functional support to SSP, Bureau of Medicine and Surgery (BUMED), Naval Facilities Engineering Command (NAVFAC.) & Commander, Navy Installations Command (CNIC) / MTI possesses not only the required Navy ERP functional expertise, but has the intimate knowledge of SSP, BUMED, and NAVFAC/CNIC complex and unique business processes. Selecting any source other than MTI, to fulfill this requirement would jeopardize the ability to meet end-user needs. This risk would adversely affect SSP, BUMED, and NAVFAC/CNIC's ability to process payments for personnel and vendors, impact their Navy missions, and cause significant disruptions in migration, stabilization, sustainment, and modernization efforts. MTI  is the only source with the requisite knowledge, experience and technical expertise to satisfy the subject requirement.

Note: The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. The Government does not intend to fund the development or qualification of other sources for fulfilling this requirement, as the work listed requires a substantial initial investment. However, any capability statements received by the close of the synopsis may be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.

Contact Information

Contracting Office Address

  • 1250 10TH STREET SE SUITE 3600
  • WASHINGTON NAVY YARD , DC 20374-5127
  • USA

Primary Point of Contact

Secondary Point of Contact

History