MDMC Digital Depot

SOL #: M6700426Q0016Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
COMMANDER
ALBANY, GA, 31704-0313, United States

Place of Performance

Albany, GA

NAICS

Computer Systems Design Services (541512)

PSC

Computing Support Services For Physical And Virtual Servers Operating Stand Alone, Virtually, Or In Public/Private Cloud Environments. Includes Support Services For Traditional Mainframe Computers And Operations Running Legacy Operating Systems. (DB02)

Set Aside

Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)

Timeline

1
Posted
Apr 1, 2026
2
Last Updated
Apr 8, 2026
3
Submission Deadline
Apr 16, 2026, 12:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Navy, Marine Depot Maintenance Command (MDMC), is soliciting proposals for Digital Depot Support Services at Marine Corps Logistics Base Albany, GA. This Women-Owned Small Business (WOSB) Set-Aside opportunity seeks comprehensive Information Technology (IT) support to enhance the operational readiness, lethality, and sustainability of ground combat and combat support weapon systems and equipment. Proposals are due April 16, 2026, at 08:00 AM Local Time.

Scope of Work

The contractor will provide performance-based, non-personal IT support services for the MDMC Digital Depot. This includes supporting key IT systems such as DMPS, I-GUIDES, MCPALMS, MCPAS, MRO, TMDE Website, and MDMCPP. Services encompass Project Management, Microsoft Power BI/Apps/Automate/Dynamics 365 configuration, Manufacturing Execution System (MES) integration, legacy system maintenance, Operational Technology (OT) integration, database administration, network and systems engineering, cybersecurity support, AI support, data warehousing, data analytics, cloud migration, and cloud architecture. Mission Support and Surge Support requirements will be authorized via the Government Request for Goods and Services (RGS) process.

Contract Details

  • Contract Type: Combined Firm Fixed Price (FFP) for services and RGS, and Cost No Fee for Other Direct Costs (ODC)/Travel.
  • Period of Performance: A one-year base period (May 1, 2026 – April 30, 2027), with a possible six-month option period, not to exceed 18 months total.
  • Place of Performance: Marine Corps Logistics Base Albany, GA.
  • Estimated Value: Up to $34,000,000.00.
  • Set-Aside: 100% for Women-Owned Small Business (WOSB) concerns.
  • NAICS Code: 541512 (Computer Systems Design Services), with a size standard of $34,000,000.00.

Key Requirements & Performance Standards

Offerors must demonstrate Capability Maturity Model Integration (CMMI) Level 3 certification or greater prior to award (subcontractor certification is acceptable). Performance standards include maintaining 99.3% or greater production environment availability, limiting annual personnel turnover to less than 10%, and performing monthly Assured Compliance Assessment Solution (ACAS) scans. Personnel will require Common Access Cards (CAC) and appropriate security clearances. Key personnel staffing requires 50% within 15 days and 100% within 30 days of award. Compliance with Wage Determination 2015-4467 for Georgia is mandatory.

Submission & Evaluation

Proposals are due via email by April 16, 2026, at 08:00 AM Local Time. Submissions must include a Technical Package (max 25 pages, including resumes), a Price Package (max 3 pages, excluding pricing spreadsheet), and Past Performance references (max 3, within 3 years). Technical acceptability will be evaluated on an acceptable/unacceptable basis, demonstrating understanding of all PWS paragraphs 4.1–4.5.7. Pricing will be evaluated for reasonableness and balance. Past performance will be considered for overall risk assessment. The government will determine the most advantageous quotation consistent with FAR Part 12.203(c)(2).

Important Notes

An amendment (0001) added revised PWS and RGS attachments, and a Q&A document. Offerors must acknowledge receipt of this amendment. The government will cover all cloud hosting and subscription costs. While AI/ML support is in scope for future needs, no active projects are currently underway. MRO system sustainment is extended until July 31, 2026, with transition and data migration out of scope. Teleworking will be considered on a case-by-case basis.

People

Points of Contact

Matthew S. RadiPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 3Viewing
Combined Synopsis/Solicitation
Posted: Apr 8, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Apr 1, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Apr 1, 2026
View