National Guard Bureau J1 Combined Support Services
ID: W9133L24R3006Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW39L USA NG READINESS CENTERARLINGTON, VA, 22204-1382, USA

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    Sources Sought DEPT OF DEFENSE National Guard Bureau J1 Combined Support Services

    The National Guard Bureau, under the Department of Defense, is seeking information and industry feedback for potential sources capable of providing J1 Combined Support Services. These services are intended to support multiple locations within the United States in accordance with Department of Defense standards and applicable laws. The services will be awarded through a competitive 8(a) acquisition.

    The Draft Performance Work Statement provides all the technical requirements for this effort, which may be subject to change. The services will fall under the North American Industry Classification System (NAICS) code 541611, with a Small Business Administration (SBA) Size Standard of $24,500,000. The Government anticipates awarding a base and four option years plus a 6-month option.

    Interested companies must be registered in the System for Award Management (SAM) database and with their local SBA office. Small business prime contractors must perform at least 50% of the effort as defined in Federal Acquisition Regulation (FAR) clause 52.219-14.

    This is a sources sought inquiry for all potential 8(a) vendors. Companies are invited to provide their capability statements in support of this acquisition. The Government's assessment of the capability statements received will determine whether the forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses.

    For more information and to participate in the market research, interested parties can contact MSgt Brittany Hopkins at brittany.l.hopkins11.mil@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a Performance Work Statement (PWS) for a contract to provide support services to the National Guard Bureau. The contractor will be responsible for providing personnel, equipment, materials, and supervision to perform various services related to family readiness training, certification, and support. The contract will have a 12-month Base Period, followed by four 12-month Option Periods.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Sources Sought: NORAD & USNORTHCOM/J722 Homeland Defense Resiliency Training Branch Support
    Active
    Dept Of Defense
    The Department of Defense is seeking qualified contractors to provide support services for the NORAD & USNORTHCOM/J722 Homeland Defense Resiliency Training Branch. The procurement focuses on delivering training and education services, particularly for the Dual Status Commander qualification program and the Vigilant Guard exercise program, which are critical for enhancing emergency management capabilities and response to natural and manmade disasters. This initiative underscores the importance of effective training in Defense Support of Civil Authorities and National Guard operations, aligning with federal efforts to improve national resilience. Interested contractors must submit their qualifications and relevant past performance by September 27, 2024, with the anticipated contract period starting in December 2024 and lasting five years, under a Firm-Fixed Price contract type. For further inquiries, contact Nathan Coleman at nathan.a.coleman2.mil@army.mil or Andrew P. McMullen at andrew.p.mcmullen2.civ@army.mil.
    CBRND Professional Services HQ Draft Task Order Request
    Active
    Dept Of Defense
    The Department of Defense, through the Joint Program Executive Office for Chemical Biological, Radiological and Nuclear Defense (JPEO-CBRND), is seeking proposals for a draft Task Order Request (TOR) focused on professional services support, specifically in acquisition, business, scientific, and logistics services. This procurement is designated as a total small business set-aside and aims to enhance the capabilities of JPEO-CBRND and the United States Air Force in addressing chemical, biological, radiological, and nuclear (CBRN) threats. The contract, expected to commence in February 2025 and extend through February 2030, will be a hybrid contract with both firm-fixed-price and cost-reimbursable elements, emphasizing compliance with federal acquisition regulations. Interested parties should contact Claire Choi at claire.k.choi.civ@army.mil or Andrew Richard at andrew.j.richard12.civ@army.mil for further details, and proposals must adhere to the outlined requirements in the TOR.
    MABSM Implementation and Sustainment for the Oklahoma City (OC-ALC) and Warner Robins (WR-ALC) Aircraft Groups
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the implementation and sustainment of the Maintenance Business System Modernization (MABSM) program for the Oklahoma City (OC-ALC) and Warner Robins (WR-ALC) Aircraft Groups. This procurement aims to support the Maintenance, Repair, and Overhaul (MRO) applications, which are critical for managing the entire Depot process from asset induction to sale, ensuring compliance with evolving Air Force requirements. Interested parties, particularly small businesses including 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned concerns, are encouraged to respond to this Sources Sought notice by providing their company information, size status, and relevant experience by September 24, 2024, at 4:00 PM MST, to Jason Neering at jason.neering@us.af.mil.
    DEVCOM ARMY RESEARCH LABORATORY BROAD AGENCY ANNOUNCEMENT FOR FOUNDATIONAL RESEARCH
    Active
    Dept Of Defense
    Sources Sought for Supply Chain and Industrial Analysis The Department of Defense, specifically the Department of the Army, is seeking sources capable of performing as a prime contractor for a non-personal services requirement. The purpose of this sources sought notice is to determine industry interest, capability, and relevant experience of potential qualified businesses in conducting a search to find an individual qualified to support the U.S Army Futures Command (AFC) in their Army Modernization efforts. The requirement aims to identify a company that will conduct a supply chain and industrial risk analysis to catalogue non-traditional contractors and maintain situational awareness of overall risk to AFC. The contractor will be responsible for executing each task and will not be supervised or controlled by the Government. Specific objectives for this requirement include cataloguing all non-traditional contractors, conducting analysis on companies or sectors of interest, identifying contracting risk, assessing technical risk, analyzing domestic end products, and developing a risk-focused common operating picture. Small business contractors who are qualified and have experience in risk analysis related to non-traditional contractor business elements are encouraged to respond to this sources sought notice. The government will use the responses to develop a potential Request for Proposal (RFP) and determine whether a small business set-aside is possible for this procurement. This is not a solicitation for proposals, but rather a market research tool for informational and planning purposes. Interested parties should submit their capability statement and responses to the provided questions by 12 PM, noon Central Standard time on 15 March 2023.
    ISS-J II Solicitation
    Active
    Dept Of Defense
    The Department of Defense, specifically the US Special Operations Command (USSOCOM), has issued a Combined Synopsis/Solicitation notice for the procurement of Intelligence Support Services - Joint II (ISS-J II). This acquisition is being offered for competition and is limited to eligible Service-Disabled Veteran-Owned Small Business (SDVOSB) participants. The service is typically used to provide intelligence support services to the government. The place of performance includes multiple locations in CONUS and OCONUS. Interested parties must meet certain eligibility requirements, including being a prime contractor that is a Service-Connected Disabled Veteran Owned Small Business with Top Secret Facilities Clearance, and having a subcontractor, partner, or teammate with Secret Safeguarding Capability. The solicitation will not be posted on FBO, and interested parties must complete a spreadsheet and submit it with the required supporting documentation to the listed points of contact. The solicitation is expected to be sent to verified eligible parties within the next 1-2 weeks. Questions or comments regarding the solicitation should be submitted in writing via email to the listed points of contact.
    Global Protective Services (GPS) Pre-Solicitation Synopsis
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to solicit proposals for the Global Protective Services (GPS) program, which is expected to exceed $10 million. Interested vendors must comply with Equal Employment Opportunity (EEO) regulations and be registered on the Office of Federal Contract Compliance Program's National Pre-Award Registry or provide verification of EEO compliance upon request to be eligible for contract award. This procurement is critical for ensuring security services, as it encompasses the provision of security guards and patrol services, which are essential for maintaining safety and order in various operational environments. Vendors are encouraged to submit proposals even if they are not yet cleared or registered, but must secure EEO clearance or registration prior to contract award. For further inquiries, interested parties can contact the ACC-RI GPS Team at usarmy.ria.acc.mbx.gps@army.mil.
    Integrated Information Management Systems and Information Technology Support Services (IIMS-ITSS)
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE is seeking potential sources for integrated information management systems and information technology support services (IIMS-ITSS). These services are vital to the mission of the Joint Staff Support Center (JSSC) to conduct Command, Control, and Communications (C3) operations for the Chairman of the Joint Chiefs of Staff (CJCS). The services enable Nuclear Command and Control (NC2) and National Military Command and Control (NMC2) required to execute National Military Command System (NMCS) Mission Essential Functions. The required support services include systems administration, network administration and monitoring, database administration, data management, 24/7 IT service desk, multimedia production, cyber security, and Continuity of Operation (COOP) support critical to fulfilling JSSC mission responsibilities. The anticipated period of performance is from 15 Jan 24 to 14 Jan 29, with the anticipated place of performance being the Pentagon and Site R – Raven Rock Complex, PA.
    DFAC Cleaning and Food line services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Maryland Air National Guard, is seeking small business vendors to provide janitorial and food line services during monthly Unit Training Assemblies. The contractor will be responsible for all personnel, supervision, and services necessary for kitchen cleaning and food serving, as outlined in the Statement of Work (SOW). This opportunity is a total small business set-aside under NAICS code 561720, with a size standard of $22 million, emphasizing the importance of compliance with federal guidelines in proposal submissions. Interested vendors must submit their proposals via the solicitation module in PIEE by the deadline, with all questions due by September 18, 2024, directed to Michael Dombkiewicz at michael.dombkiewicz.1@us.af.mil or by phone at 410-918-6218.
    Air Force Operational Commercial Solutions Opening
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE Air Force Operational Commercial Solutions Opening The Department of Defense, specifically the Department of the Air Force, is conducting a commercial solutions opening (CSO) at Joint Base McGuire-Dix-Lakehurst (JB MDL) in New Jersey. This CSO is authorized by Department of Defense Class Deviation 2018-O0016 and is a total small business set-aside. Under this CSO, the Air Force is seeking innovative commercial items, technologies, and services that can fulfill requirements, close capability gaps, or provide potential technology advancements. The Air Force is particularly interested in solutions that can enhance or streamline mission capabilities at various locations. All items, technologies, and services submitted in response to this CSO will be treated as commercial items. The Air Force will competitively award proposals based on a review by scientific, technological, or other subject-matter expert peers within the Air Force. The target price for solutions under this CSO is less than $30,000, but the Government may also evaluate proposed solutions priced greater than $30,000, depending on available funding. If you have innovative solutions or potential new capabilities that can meet the Air Force's needs, this CSO presents an opportunity to compete for a contract. For more information, please contact the 87 CONS CSO Team at 87CONS.CSO.Team@us.af.mil or 6097542953.
    BROAD AGENCY ANNOUNCEMENT (BAA) RESEARCH AND DEVELOPMENT IN SUPPORT OF THE JOINT PROGRAM EXECUTIVE OFFICE FOR CHEMICAL, BIOLOGICAL, RADIOLOGICAL AND NUCLEAR DEFENSE (JPEO-CBRND), JPM MEDICAL AND JPL EB
    Active
    Dept Of Defense
    Solicitation DEPT OF DEFENSE is seeking research and development services in support of the Joint Program Executive Office for Chemical, Biological, Radiological and Nuclear Defense (JPEO-CBRND), JPM Medical and JPL EB. The service being procured is for the identification of the best available science in the areas of research interest, including novel solutions and improved methods for developing medical countermeasures. The government is specifically interested in enabling technologies, life cycle bioinformatics, and improved logistics tracking. The procurement notice is available on SAM.gov and the JPEO-CBD website. Potential offerors are encouraged to communicate with the JPMO technical contacts for proposal ideas. For any questions or inquiries, contact usarmy.detrick.mcs.mbx.baa@mail.mil.