JFHQ-DODIN Capability and Financial Management Requirement
ID: 832571215Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEFENSE INFORMATION SYSTEMS AGENCY (DISA)IT CONTRACTING DIVISION - PL83SCOTT AFB, IL, 62225-5406, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking small businesses to provide financial and capability management services for the Joint Force Headquarters - Department of Defense Information Network (JFHQ-DODIN). The primary objective of this procurement is to manage resources through the Planning, Programming, Budgeting, and Execution (PPBE) process, ensuring effective financial oversight, budget management, and capability lifecycle management in support of JFHQ-DODIN's mission. This opportunity is critical for maintaining operational standards in cyber defense and requires contractors to possess a Top Secret Facility Clearance due to the sensitive nature of the work. Interested parties must submit their qualifications by March 24, 2025, and can contact Becky Roth at Rebecca.A.Roth5.civ@mail.mil or 667-891-3159 for further information.

    Files
    Title
    Posted
    The document outlines a Performance Work Statement (PWS) for financial management support to the Joint Forces Headquarters – Department of Defense Information Network (JFHQ-DODIN). The primary goal is to provide expert technical services for budgeting and financial management, ensuring compliance with various reporting and operational standards. The contractor is mandated to develop budget submissions, conduct financial analyses, and provide timely and reliable financial information to support management and planning decisions. Key tasks include managing task order administration, resource management, information technology budget support, and conducting capability requirement analyses. The contractor also needs security clearances due to the sensitive nature of the operations involved, which require constant access to classified information. Deliverables include detailed reports, budged formulations, spending plans, and capability requirement documents, all to be submitted according to specific timelines. Performance will be evaluated based on a Quality Assurance Surveillance Plan, ensuring high standards of accuracy and timeliness. The contract, effective for up to five years, emphasizes collaboration with JFHQ-DODIN personnel and the provision of comprehensive financial insights to effectively manage governmental operations in cyber defense.
    The Defense Information Systems Agency (DISA) issued a Sources Sought Notice to identify small businesses capable of providing financial and capability management services for the Joint Force Headquarters - Department of Defense Information Network (JFHQ-DODIN). This requirement includes managing resources through the Planning, Programming, Budgeting, and Execution (PPBE) process to support the mission of JFHQ-DODIN. Key responsibilities involve financial oversight, budget management, and capability requirement lifecycle management, aligning resources with command priorities. The anticipated period of performance spans from September 30, 2025, to September 30, 2030, with performance conducted at the JFHQ-DODIN HQ in Fort Meade, MD. Interested small businesses must demonstrate their experience in financial management, conducting gap analyses, developing requirement decompositions, and working with capability developers. A Top Secret Facility Clearance is required for proposals. Responses are due by March 24, 2025, and should include relevant company information and qualifications. This notice serves as a market research tool and does not constitute a solicitation, emphasizing the need for small business participation in forthcoming procurements under established federal contracting guidelines.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Financial Management - Financial Improvement Audit Remediation (FIAR)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for multiple award Blanket Purchase Agreements (BPAs) under the Financial Management - Financial Improvement Audit Remediation (FIAR) program. The objective of this procurement is to achieve and sustain an unmodified (clean) audit opinion for the Department of the Air Force by FY2027-2028, which includes comprehensive audit remediation services and support for financial reporting, asset reporting, and data analytics. This initiative is critical for enhancing the financial management capabilities of the Air Force and ensuring compliance with federal financial standards. Interested offerors must demonstrate a TOP SECRET Facility Clearance and submit proposals by December 19, 2025, with further details available from primary contact Christian Mancha at christian.mancha@us.af.mil.
    Enterprise Occupation Structure and Standards Development Support Services
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified firms to provide Enterprise Occupation Structure and Standards Development Support Services for the Office of the Under Secretary of Defense for Intelligence and Security (OUSD(I&S)) Human Capital Management Office (HCMO). The objective of this procurement is to develop and validate an enterprise occupation structure and standards for intelligence, security, and law enforcement work roles within the Defense Intelligence and Security Enterprise (DISE), which includes creating a work role taxonomy, defining tasks and competencies, and establishing minimum qualifications through job analysis. This contract, anticipated to start in January 2026, will be a firm-fixed-price agreement with a base period of 12 months and four additional option periods, requiring interested firms to possess a Top Secret Facility Clearance and submit a Capabilities Statement by October 15, 2025. For further inquiries, interested parties may contact Chrissandra Smith at Chrissandra.smith.civ@mail.mil or Brandon Johnson at brandon.n.johnson24.civ@mail.mil.
    DSI WORKBENCH SOFTWARE MAINTENENCE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to maintain the DSI Workbench software under a non-competitive contract. This procurement is aimed at ensuring the continued functionality and support of the software, which is critical for business application and application development within the IT and telecom sectors. The Justification and Approval (J&A) posting indicates the importance of this software maintenance for operational efficiency. Interested parties can reach out to Adam Mitchell at adam.d.mitchell14.civ@us.navy.mil for further details regarding this opportunity.
    Consolidated Standard Inmarsat Broadband Global Area Network (BGAN) and Global Xpress (GX) Services for the Department of Defense (DoD) and Federal Agencies
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking to establish a Blanket Purchase Agreement (BPA) Bridge for Consolidated Standard Inmarsat Broadband Global Area Network (BGAN) and Global Xpress (GX) Services. This procurement aims to provide essential telecommunications services to the DoD and other federal agencies, ensuring reliable and efficient connectivity for various operations. The services are critical for maintaining communication capabilities in diverse environments, supporting both operational and strategic missions. Interested vendors can reach out to primary contact Jenalle L. Hilmes at jenalle.hilmes@disa.mil or by phone at 618-418-6585, or secondary contact Ashley T. Hubert at ashley.t.hubert.civ@mail.mil or 618-418-6249 for further details.
    Installation Fiber Optics Networking Support Services
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center (NAWCWD), is seeking qualified contractors to provide Installation Fiber Optics Networking Support Services. This procurement aims to secure Subject Matter Experts (SMEs) who will deliver cost-effective installation services for fiber optic networking, including network designs, fiber builds, and infrastructure mapping, which are not covered by existing Naval Enterprise Network frameworks. The contract will be a cost-plus-fixed-fee (CPFF) arrangement for a total of five years, comprising a one-year base period and four one-year options, with a total small business set-aside under NAICS code 541512. Interested parties must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the solicitation expected to be posted around November 17, 2025. For further inquiries, contact Erika Martin at erika.m.martin6.civ@us.navy.mil or Erin K Strand at erin.k.strand.civ@us.navy.mil.
    F5 BIG IP FY23
    Dept Of Defense
    The Department of Defense, through the Defense Finance and Accounting Service (DFAS), is seeking maintenance renewal for F5 BigIP devices utilized within the DFAS Enterprise Local Area Network (ELAN). This procurement aims to ensure the continued functionality of the F5 BIG-IP® Local Traffic Manager, which is critical for local and global load balancing across servers, thereby optimizing data center efficiency and overcoming limitations of individual systems. Interested vendors can reach out to primary contact Zachary Wilson at zachary.t.wilson37.civ@mail.mil or by phone at 614-701-3613, or secondary contact Stephanie Smith at stephanie.n.smith60.civ@mail.mil or 614-701-2787 for further details regarding this opportunity.
    PROVIDE, INSTALL, AND MAINTAIN AN INTERNET SERVICE WITH A MINIMUM OF 10 MEGABIT UP AND DOWNLOAD SPEEDS IN PHILADELPHIA, PA
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals from qualified small businesses to provide, install, and maintain an internet service with a minimum of 10 megabit upload and download speeds in Philadelphia, PA. This procurement is a controlled access requirement, and interested entities must possess a DITCO Basic Agreement to access the solicitation documents, which will be available via the IDEAS platform. The selected contractor will play a crucial role in ensuring reliable telecommunications services, which are essential for various defense operations. Proposals are due by the specified deadline, and interested parties should contact Sara Sopiars at sara.l.sopiars.civ@mail.mil or Emily Etter at emily.a.etter.civ@mail.mil for further information.
    Draft RFP - Enterprise Service Solutions IV
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking industry feedback on a draft Request for Proposal (RFP) for the Enterprise Service Solutions IV contract. This procurement aims to establish an indefinite delivery/indefinite quantity contract for managed storage services and on-demand storage solutions, addressing the need for a scalable storage system that can adapt to varying demands while ensuring cost flexibility and comprehensive maintenance of necessary assets. The contract will support both continental United States (CONUS) and outside continental United States (OCONUS) operations, emphasizing high availability, security, and interoperability with existing government infrastructure. Interested parties can direct inquiries to Tricia L. Singler at tricia.l.singler.civ@mail.mil or Joe Santel at joseph.l.santel2.civ@mail.mil, with no proposals accepted in response to this draft notice.
    PROVIDE, INSTALL, AND MAINTAIN A 1GB ETHERNET COMMERCIAL LEASE ON THE IQO CONTRACT BETWEEN PR AND PR
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a 1GB Ethernet commercial lease under the IQO contract. This procurement is specifically aimed at small businesses and involves telecommunications services, with the selected contractor required to provide detailed pricing for monthly recurring and non-recurring charges. The successful bidder will play a crucial role in ensuring reliable telecommunications access, which is vital for operational efficiency within the agency. Interested parties must submit their quotes by the specified deadline, and for further inquiries, they can contact Benjamin Sparlin or Angelina Hutson via their provided email addresses.
    ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES SEPTEMBER 2025
    Dept Of Defense
    The Department of Defense, through the Army's ACC APG Division A, is announcing various upcoming contract opportunities related to research, development, engineering, and technical support within the C5ISR Center, with a focus on enhancing capabilities for networked soldiers. The procurement encompasses a range of initiatives, including Command and Control Software Development, Sensor Enabled Autonomous Navigation, and Cybersecurity solutions, with contract values potentially reaching up to $700 million and award dates extending into fiscal year 2026. These opportunities are critical for addressing the Army's modernization priorities, particularly in areas such as cyber defense, electronic warfare, and infrastructure management. Interested parties can reach out to primary contact Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or secondary contact Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil for further details.