Skip to main content

An official website of the United States government

You have 2 new alerts

Order to Payment Process (OPP) and NMCI Enterprise Services Tools (NEST) 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 15, 2023 06:04 pm PDT
  • Original Response Date: Aug 30, 2023 05:00 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 14, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: D - IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS
  • NAICS Code:
    • 541511 - Custom Computer Programming Services
  • Place of Performance:

Description

The Naval Information Warfare Systems Command (NAVWAR), 2.0 Contracting Directorate, on behalf of
the Program Executive Office for Digital and Enterprise Services (PEO DES) intends to award a sole-source
contract to Deloitte Consulting LLP (Deloitte), 1919 N Lynn St, Arlington, Virginia, 22209-1742 for Order
to Payment Process (OPP) and Navy Marine Corps Internet (NMCI) Enterprise Services Tools (NEST)
Support for PEO DES. The requirement is currently being fulfilled under contract N00039-20-C-0011 with
Deloitte.

Under this procurement, Deloitte will continue to provide the Navy with OPP and NEST support. NEST has
successfully served as the customer interface for the "Order to Delivery" and Payment process and has
been comprised of the Government Owned – Contractor Operated tools: NMCI Enterprise Tool (NET),
Requirement to Award Process Tool (RAPT), and Task Order Management (TOM). The functionality
currently supported by NEST must be maintained and also integrated with the Department of the Navy's
(DON) Electronic Procurement System (ePS), Enterprise Resource Planning (ERP), necessary fiduciary
compliance with OSD Procurement Integrated Enterprise Environment (PIEE) mandates/standards, and
DOD Procurement Data Standards (PDS).

Deloitte will be required to comprehensively assist the maintenance, improvement and protection of
existing NEST system applications. Deloitte will also be required to comprehensively assist with the
potential dissection of NEST components into a new multi-platform, multi-agency capability. These
sustainment objectives center around system engineering, software engineering, project management,
refresh of the NEST codebase and application sustainment services, and to integrate the final NGEN-R,
along with OSD Procure-to-Pay (P2P) requirements. This includes interfaces with Department of Defense
(DoD) and DON accounting and finance systems, the Navy's new contract writing system ePS, and various
other DoD systems as required to support auditability. Currently, no other source can provide these
specialized IT services without substantial duplication of costs and unacceptable delays to the program
schedule for obtaining the full NEST capability and fulfill the Navy's transition requirements before the end
of the NGEN contract and full transition to the NGEN-R contracts.

The prospective award is based on the authority for other than full and open competition found at 10
U.S.C. 2304(c)(1), as implemented by FAR 6.302-1(a)(2)(iii), Only one responsible source and no other
supplies or services will satisfy agency requirements.

Solicitation N00039-23-R-2006 is anticipated to be issued and subsequently awarded in Fiscal Year 2024.
The prospective award is planned to be a Cost Plus Fixed Fee (CPFF) type contract with a one-year base
period plus three one-year option periods, and an estimated cost of approximately $56.5 million.

The North American Industry Classification System (NAICS) code for this requirement is 541511.

THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS OR A SOLICITATION OF
OFFERORS. A solicitation will not be posted. Any responsible sources may submit a capability statement
that demonstrates that they can satisfy the Government's requirement which shall be considered by the
agency. A determination by the Government to compete or not compete the anticipated contract based on
responses to this notice is solely within the discretion of the Government. Efforts described above should
be submitted no later than 30 August 2023 to Mr. James Leal, Contracting Officer, at
james.e.leal2.civ@us.navy.mil and Mr. Kelly Gerety, Contract Specialist, at kelly.r.gerety.civ@us.navy.mil.
No telephone responses will be accepted.

The Government will not reimburse firms for any costs associated with preparing or submitting a response
to this notice.

Contact Information

Contracting Office Address

  • COMMAND 4301 PACIFIC HIGHWAY
  • SAN DIEGO , CA 92110-3127
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Sep 14, 2023 08:55 pm PDTPresolicitation (Original)