Administrative, Acquisition, Financial Management, Professional, and Support Services
ID: SNA030320251530Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEWASHINGTON HEADQUARTERS SERVICES (WHS)WASHINGTON HEADQUARTERS SERVICESWASHINGTON, DC, 203011000, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors to provide Administrative, Acquisition, Financial Management, Professional, and Program Management Support Services. This procurement aims to enhance operational efficiency for approximately 64,000 personnel in the National Capital Region, focusing on executive-level administrative assistance, acquisition management, financial analysis, and program oversight. The anticipated contract will be structured as an Indefinite Delivery, Indefinite Quantity (IDIQ) agreement with a 12-month base period and four 12-month option periods, beginning in November 2025. Interested firms, particularly small businesses, are encouraged to submit capability statements detailing relevant experience and past performance to Ronda Wilson at ronda.d.wilson2.civ@mail.mil or Stormy Anthony at Stormy.l.anthony.civ@mail.mil, noting that responses will not receive acknowledgment and no costs will be reimbursed for preparation efforts.

    Point(s) of Contact
    Files
    Title
    Posted
    The Washington Headquarters Services/Acquisition Directorate (WHS/AD) issued a Sources Sought Notice to identify potential firms capable of providing administrative, acquisition, financial management, professional, and program management support services for the Facilities Services Directorate (FSD). This notice serves market research purposes only and encourages responses from various firms, including small and socioeconomic businesses. The anticipated contract will consist of a 12-month base period with four additional option periods. All work is expected to occur within the National Capital Region, primarily at the Pentagon. Submitters must demonstrate relevant experience and capabilities, particularly in areas specified in the draft Performance Work Statement, which details administrative, acquisition, financial, professional, and program management support services. Respondents are required to have an active Secret Facility Clearance and must provide capability statements with specifics about their experience and potential subcontracting arrangements. The submission deadline is 4 April 2025. This document serves as a preliminary inquiry to establish interest and capabilities before a formal Request for Proposal may be issued.
    The Performance Work Statement (PWS) is for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide a variety of support services to the Washington Headquarters Services' Facilities Services Directorate. The contract encompasses administrative, acquisition, financial management, professional, and program management support for approximately 64,000 personnel in the National Capital Region. Key tasks include providing executive-level administrative assistance, acquisition management, financial analysis, and general program oversight. The contract aims to streamline FSD operations while enhancing productivity through standardized processes. It includes provisions for quality control, ensuring that the Contractor must develop a Quality Control Plan and be evaluated based on rigorous performance standards. The Contractor will also be responsible for managing government-furnished equipment and ensuring compliance with security protocols, including obtaining necessary clearances. A five-year performance period is established, with an emphasis on effective communication and collaboration between the Contractor and government officials. The comprehensive nature of these requirements reflects the heightened demand for supportive services in a complex government environment, aligning with the organization's overarching mission to enable effective operations within the DoD.
    The Washington Headquarters Services (WHS) is issuing a Sources Sought Notice for Administrative, Acquisition, Financial Management, Professional, and Program Management Support Services on behalf of the Facilities Services Directorate. This notice, dated March 4, 2025, is intended solely for market research and does not constitute a solicitation for proposals. WHS is seeking responses from firms capable of providing the outlined services, particularly encouraging small businesses to participate. The anticipated contract will involve a 12-month Base Period and four 12-month Option Periods, with a target start date of November 2025. The contract requires compliance with security clearance regulations, necessitating an active Secret Facility Clearance for all personnel involved. Interested vendors must submit a capability statement detailing relevant experience, specific past performance, and subcontracting interests. The scope includes comprehensive support across five functional areas, focusing on efficient management of WHS operations within designated government facilities in the National Capital Region. The document emphasizes that responses will not receive acknowledgment and that no costs will be reimbursed for respondent preparation efforts. The request highlights an assessment of vendors’ capabilities to align with WHS’s acquisition strategy and service needs.
    Similar Opportunities
    CAPITAL MARKETS TEAM PROFESSIONAL SUPPORT SERVICES FOR THE OFFICE OF STRATEGIC CAPITAL
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking professional support services for its Office of Strategic Capital's Capital Markets Team. The procurement aims to attract and scale private capital into designated Critical Technology Categories by hiring one or more full-time Investment Advisors with extensive experience in capital markets and critical technologies. These advisors will be responsible for advanced financial modeling, portfolio management, and interagency collaboration, ensuring alignment with national security priorities. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must demonstrate capabilities including a Top Secret Facility Clearance and CMMI Level 3 certification, with submissions due by the specified deadlines. For further inquiries, potential bidders can contact Benjamin Juricic or Peter Polizzi via their provided email addresses.
    Headquarters Air Force Administrative Support Service for the Secretary of Defense Business Transformation Office (SAF/AM)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide administrative support services for the Secretary of Defense Business Transformation Office (SAF/AM) through a Sources Sought notice. The procurement aims to establish a Blanket Purchase Agreement (BPA) for non-personal services, including acquisition support, administrative assistance, and secretariat functions, primarily at the Pentagon. These services are critical for enhancing operational efficiency within the Air Force and Space Force, ensuring that high-quality support is delivered in alignment with military standards. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) should contact Tyler Bender at tyler.bender.2@us.af.mil or Sheryl King at sheryl.king@us.af.mil for further details, as proposals will be evaluated based on a best-value approach focusing on technical and pricing metrics.
    Strategic Initiatives (SI) DSCA TEAMS
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking sources for the Strategic Initiatives (SI) Defense Security Cooperation Agency (DSCA) Technical Engineering Analytical Management Support (TEAMS) contract. This procurement aims to enhance strategic planning services and support the Defense Security Cooperation Agency's Golden Sentry Inventory Reporting (GSIR) End-Use Monitoring (EUM) Scanner Project, which involves programmatic and IT activities essential for managing defense articles sold internationally. The contractor will be responsible for providing personnel, technology, and support services while ensuring compliance with security protocols, including the requirement for contractor personnel to hold SECRET-level clearances. Interested parties must submit their capacity statements and qualifications by March 19, 2025, and can contact Kim Robinson-Leach at kim.m.robinson-leach.civ@mail.mil or Lamont Joy at darrell.l.joy2.civ@mail.mil for further information.
    VACA MS Senior Leadership Development
    Buyer not available
    The Department of Defense, specifically the Defense Intelligence Agency, is seeking proposals for the VACA MS Senior Leadership Development program, with the procurement managed by the Virginia Contracting Activity. The objective of this contract is to provide administrative management and general management consulting services, which are crucial for enhancing leadership capabilities within the agency. The contract will cover multiple fiscal years from 2025 to 2030, and while the pricing sheet indicates placeholders for costs associated with labor categories such as Lead Facilitator and Graphic Facilitator, it emphasizes the importance of thorough planning and estimating for the proposal process. Interested vendors can reach out to Uduak Obotette at uduak.obotette@dodiis.mil or Kaitlyn Kroner at kaitlyn.kroner@dodiis.mil for further information.
    National Youth Challenge Program and the Department of Defense STARBASE Program
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking proposals for the National Youth Challenge Program and the Department of Defense STARBASE Program. This procurement aims to provide administrative management and general management consulting services to support these youth-oriented initiatives, which are crucial for fostering interest in science, technology, engineering, and mathematics (STEM) among young people. The opportunity is set aside for small businesses, with the relevant NAICS code being 541611 and PSC code R499. Interested parties can reach out to Aubrey McKinney at aubrey.j.mckinney2.civ@mail.mil or 571-992-4500, or Rainie Wells at rainie.wells.civ@mail.mil or 202-913-5749 for further information.
    Decisive Action (DA) Follow On
    Buyer not available
    The Defense Threat Reduction Agency (DTRA) is seeking industry capabilities for support services related to countering Weapons of Mass Destruction (WMD) through a Sources Sought Notice. The agency aims to gather insights from potential vendors, particularly small businesses, to enhance operational planning, data integration, and advisory services for campaign management and operational support for Combatant Commands and interagency partners. This procurement is anticipated to be a cost-type contract valued at approximately $338.5 million, with a twelve-month base period and four one-year options, requiring contractors to have at least a TOP SECRET clearance and secure workspace capabilities. Interested vendors must submit a five-page capability statement by March 18, 2025, to Andrew K. Williams or Shaneice Shuler via their respective emails for consideration.
    Army Science Board (ASB): Nonpersonal services to perform professional, analytical, and administrative services, to include planning, preparation, execution, administrative support, and documentation for conferences of the ASB.
    Buyer not available
    The Department of Defense, specifically the Army Science Board (ASB), is seeking nonpersonal services to provide professional, analytical, and administrative support for its conferences and study programs. The procurement aims to identify capable service providers who can deliver comprehensive support, including planning, execution, and documentation for ASB meetings, while adhering to federal advisory committee regulations and security protocols. This opportunity is critical as the ASB plays a vital role in advising senior Army leaders on scientific and technical matters, thereby influencing national security and operational effectiveness. Interested organizations must submit a capabilities statement by March 13, 2025, to Ryan T. Baker at ryan.t.baker24.civ@army.mil or Martine Ianniello at martine.ianniello.civ@army.mil, with the anticipated contract duration from April 2025 to April 2030.
    New Requirement: J-3/5/7 Operations & Strategic Support
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking small businesses to provide J-3/5/7 Operations and Strategic Support services. The primary objective of this procurement is to supply experienced personnel who can assist with operational planning and strategic initiatives, particularly in the context of military capabilities in cyberspace operations. This contract, which is anticipated to span from June 2025 to May 2030, emphasizes the need for subject matter experts in operational planning and cyber operations, with a focus on compliance with security requirements and accessibility standards. Interested parties must respond to the Sources Sought Notice by March 19, 2025, and can contact Olivia Koch or Ivany Ortiz for further information.
    UNITED STATES MARINE CORPS (USMC) PACIFIC POSTURE ENTERPRISE (PPE)
    Buyer not available
    The United States Marine Corps (USMC) is seeking qualified small businesses to provide Information/Knowledge/Records Management and Microsoft 365 Application Support, as well as Enterprise Program Management and Financial Management Analysis Support Services for the Pacific Posture Enterprise (PPE). The procurement aims to enhance operational support and compliance with international agreements in the Pacific region, focusing on technical, analytical, and financial program analysis services, including the management and development of the Enterprise Decision Support Tool (eDST) and the Command Library. This opportunity is part of the 8(a) Program, with a one-year base contract and four one-year options, and interested firms must submit an eight-page capability statement by March 27, 2025, to Carrie Yearian at carrie.e.yearian.civ@usmc.mil or Kristina Schneider at kristina.r.schneider.civ@usmc.mil.
    F-16 Inventory Decision Support Process (IDSP)
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Air Division, is seeking industry feedback for the Inventory Decision Support Process (IDSP) aimed at managing the lifecycle, readiness, and costs associated with the US Navy’s F-16 fleet. This initiative, led by PMA-226, focuses on enhancing inventory planning and maintenance strategies, requiring analytical processes to support effective inventory management. The opportunity is crucial for ensuring the operational efficiency of the F-16 aircraft, with a contract period anticipated to last five years starting from July 15, 2025. Interested parties are invited to submit their capabilities and relevant experience by March 20, 2025, to the primary contact, James Redding, at james.m.redding9.civ@us.navy.mil, or the secondary contact, Catrina Farrell, at catrina.m.farrell.civ@us.navy.mil.