Personnel & Readiness Infrastructure Support Management Services (PRISM) MDoDS Pool Small Business On-Ramp
ID: 47QFHA25K0013Type: Sources Sought
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONFEDERAL ACQUISITION SERVICEGSA GAS AAS REGION 6KANSAS CITY, MO, 64108, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 21, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 21, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 9:00 PM UTC
Description

The General Services Administration (GSA) is seeking small business contractors to provide Personnel & Readiness Infrastructure Support Management Services (PRISM) under a Multiple Award Task Order Contract (MATOC). The objective of this procurement is to enhance military readiness and efficiency by offering professional services that support complex military and defense-related systems utilized by the Department of Defense (DoD). This initiative is crucial for maintaining national security and operational effectiveness, with a maximum contract ceiling of $1.8 billion and individual task orders capped at $400 million. Interested parties should direct inquiries to Leeona Gregory at leeona.bowie-gregory@gsa.gov or Adrienne Davis at adrienne.davis@gsa.gov, with responses to the Request for Information due by April 7, 2025.

Files
Title
Posted
Mar 21, 2025, 8:08 PM UTC
The U.S. Department of Defense, through the Office of the Undersecretary of Defense for Personnel and Readiness (OUSD (P&R)), has issued a Request for Information (RFI) regarding the Personnel & Readiness Infrastructure Support Management Services (PRISM) Multiple Award Task Order Contract (MATOC). This RFI seeks to gather insights from small business contractors about their capabilities and qualifications to fulfill the requirements necessary for supporting Department of Defense personnel readiness. The responses will aid in market research, with submissions due by April 7, 2025. This initiative seeks professional support services aimed at enhancing military readiness and efficiency across several defense systems including national security and communication technologies. Notably, the contract encompasses various service types and flexible task order structures to streamline procurement processes. The contractor selection will consider the contractors' experience, staffing strategies, and technical capabilities, particularly in regard to security clearance requirements for personnel. The maximum ceiling for PRISM MATOC is set at $1.8 billion, with individual task orders capped at $400 million. This project reflects the DoD's ongoing commitment to engaging small businesses in providing essential services while ensuring national security objectives are met.
Mar 21, 2025, 8:08 PM UTC
The Performance Work Statement (PWS) outlines a non-personal services contract aimed at providing infrastructure support management for the Office of the Under Secretary of Defense for Personnel and Readiness (OUSD(P&R)). The contractor will assist various OUSD(P&R) components and strategic partners by offering professional services that enhance operational readiness in a dynamic global context. Key support areas include contract program management, business operations, security, training, and health services. The PWS specifies the structure of the contract, which includes a base period of 12 months followed by four optional 12-month extensions. Responsibilities for the contractor involve establishing a Quality Control Plan (QCP), conducting risk analysis, and developing financial forecasts. The document emphasizes collaboration with government personnel, addressing project milestones, and ensuring compliance with security protocols related to access to sensitive information. Overall, the PWS aims to ensure that the OUSD(P&R) can efficiently manage personnel readiness and operational functions, facilitating a cohesive approach to readiness amid evolving national defense needs while involving multiple Department of Defense and civilian agency partnerships.
The document outlines various job classifications and corresponding skill levels within federal government positions, specifically under the categories of Administrative Professionals, Analysts, Technicians, Engineers, and Managers. Each category is structured to include four skill levels: Junior, Journeyman, Senior, and Subject Matter Expert (SME). The file includes roles such as Operations Research Analyst, Statistician, Business and Financial Operations Specialist, Engineer, Scientist, Data Scientist, and IT professionals, among others. The principal purpose of this classification system is to standardize job roles and skill levels across government functions when issuing Requests for Proposals (RFPs) or grants. This structure favors consistency in hiring, allows for effective talent evaluation, and assists in project management by clearly defining expectations for each role. Overall, the document serves as a foundational resource for aligning recruitment and workforce development efforts in government agencies, ensuring that appropriate expertise is available to meet operational needs.
The document outlines a Request for Information (RFI) and its associated instructions for participating entities regarding a draft Request for Proposal (RFP). It highlights the structured approach for submitting questions or comments related to specific sections and subsections within the RFP documents, categorized by impact. Each comment must be concise, without additional formatting, focusing on clarity to facilitate effective responses from the government. The document emphasizes the importance of distinguishing proprietary information to avoid rejection of inquiries. Notably, it includes guidelines for questioning the rationale behind presenting certain elements as objectives instead of design concepts. Overall, this RFI serves as a communication tool, ensuring that interested parties can seek clarifications and provide feedback to improve the RFP process in alignment with governmental requirements.
Lifecycle
Title
Type
Similar Opportunities
GSL Support Services Contract
Buyer not available
The Department of Defense, specifically the U.S. Army Engineer Research and Development Center (ERDC), is seeking proposals for the GSL Support Services Contract to provide essential technical and administrative support for various research and development activities in civil and military engineering. The contract, identified as Solicitation Number W912HZ25R0003, aims to procure services that include conducting technical reviews, performing laboratory experiments, and logistical support across multiple fields, such as structural dynamics and materials science, with a focus on enhancing the Army's research capabilities. This Indefinite Delivery Indefinite Quantity (IDIQ) contract has a five-year ordering period, a maximum value of $20 million, and a minimum guarantee of $2,500, with a requirement for contractors to maintain a DOD SECRET Facility Clearance. Interested parties should contact Janalyn Dement at Janalyn.H.Dement@usace.army.mil or Christy Love at Christy.J.Love@usace.army.mil for further information.
Geospatial Support Services
Buyer not available
The Department of Defense, specifically the Marine Corps Intelligence Activity (MCIA), is seeking information from potential vendors for Geospatial Support Services (GSS) to enhance the integration and dissemination of geospatial information and intelligence products. The procurement aims to identify market capabilities and gather feedback on a draft Performance Work Statement (PWS), which includes requirements for maintaining geospatial dissemination capabilities, developing intelligence tools, and providing training and troubleshooting for GIS software. This initiative reflects the growing demand for advanced geospatial solutions within military intelligence operations, emphasizing the need for a robust architecture to support operational forces effectively. Interested vendors must submit their organizational information and feedback by April 16, 2025, and are required to have an active Top Secret Facility Clearance for their personnel. For further inquiries, vendors can contact Desire Nana at desire.nana.civ@usmc.mil or Monica L. Curley at monica.curley@usmc.mil.
GSA Design Build Indefinite Delivery Indefinite Quantity Contract
Buyer not available
The General Services Administration (GSA) is issuing a pre-solicitation notice for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Construction Contract (MATOC) that will serve the states of Iowa, Kansas, Missouri, and Nebraska. This procurement is open to all vendors, although certain task orders may be set aside for small businesses, and it aims to address a variety of construction needs, primarily focusing on renovation and alterations of federally managed buildings. The anticipated proposal release date is May 5, 2025, with awards expected by August 11, 2025, and each contract may last up to five years with a maximum value of $100 million. Interested vendors must register on SAM.gov to access solicitation documents, and inquiries can be directed to Steven Steinkamp at Steven.Steinkamp@gsa.gov.
Notice of Intent to Modify ESS VII MATOC to Increase Capacity
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, has issued a Notice of Intent to modify the Electronic Security Systems (ESS) Seventh Generation Multiple Award Task Order Contract (MATOC) to increase its capacity by $750 million, raising the total contract value to $1.425 billion. This modification aims to ensure the continuation of ESS services while preparing for a competitive solicitation for a multi-year contract projected for award in Fiscal Year 2028. The ESS work encompasses a range of services including site surveys, technical data preparation, procurement, installation, and maintenance of security systems, with a focus on compliance with Department of Defense standards. Interested firms must respond by 5:00 PM Central Time on April 21, 2025, providing their qualifications and capabilities to the designated contacts, Contract Specialist Nanette P. Hill and Contract Officer William G. Seelmann, via their respective email addresses.
Spectrum Information System (SIS) Sustainment and Enhancement
Buyer not available
The Defense Information Systems Agency (DISA) is soliciting proposals for the Spectrum Information System (SIS) Sustainment and Enhancement project, aimed at maintaining and enhancing critical software capabilities within the Department of Defense (DoD). The procurement seeks to secure services for the sustainment, operation, enhancement, and training of existing enterprise capabilities across various cloud environments, including DISA Stratus and the Joint Worldwide Intelligence Communication System (JWICS). This initiative is vital for supporting the Global Electromagnetic Spectrum Information System (GEMSIS), which provides essential data for strategic and tactical electromagnetic spectrum operations. Interested small businesses must submit their Phase One proposals by 12:00 PM ET on April 3, 2025, with a total contract ceiling of $62,364,899 and a minimum guaranteed award of $5,000. For further inquiries, contact Quin Conerly-Anderson at quin.s.conerly-anderson.civ@mail.mil or Ramona Lin at ramona.y.lin.civ@mail.mil.
Control Systems Governance Office Technical and Program Support
Buyer not available
The Department of Defense, specifically the U.S. Army's Control Systems Governance Office (CSGO), is seeking qualified contractors to provide technical and program support services. The procurement focuses on management and professional services, including program support, data integration, and operational technology expertise, aimed at enhancing control systems governance and compliance within the Army. This opportunity is particularly significant as it aims to establish a small business set-aside, contingent upon receiving responses from two or more qualified small businesses, with an anticipated contract duration of one base year and three optional years. Interested parties must submit their capabilities statements by April 14, 2025, and can direct inquiries to Lexus Robinson at lexus.r.robinson2.civ@army.mil or Stephen Fuller at stephen.b.fuller4.civ@army.mil.
Natick Soldier Systems Center Multiple Award Task Order Contract (MATOC) for Construction
Buyer not available
The Department of Defense, through the Army Contracting Command-Aberdeen Proving Ground, is seeking qualified small businesses for the Natick Soldier Systems Center Multiple Award Task Order Contract (MATOC) for construction-related services. This pre-solicitation notice outlines the intent to award up to ten Indefinite Delivery Indefinite Quantity (ID/IQ) contracts for real property maintenance, alterations, and minor construction at the Natick facility, with a focus on various general construction tasks including renovations, HVAC, plumbing, and site work. The estimated contract value ranges from $25 million to $100 million, with the solicitation anticipated to be issued in May 2025 and a contract performance period of five years, followed by an optional three-year extension. Interested parties should ensure their registration in the System for Award Management (SAM) and may contact Alexander M. Ponusky at alexander.m.ponusky.civ@army.mil for further information.
66--PRISM,OPTICAL INSTR
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of optical instruments, specifically the PRISM with NSN 6650012801778. The requirement includes two lines: six units to be delivered to DLA Distribution Warner Robins within 327 days after order and one unit to be delivered within 180 days after order. These optical instruments are critical for various defense applications, ensuring operational readiness and effectiveness. Interested small businesses are encouraged to submit their quotes electronically, with inquiries directed to the buyer via email at DibbsBSM@dla.mil, as this opportunity is set aside for total small business participation.
Enterprise Systems Security Support Services
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR NORFOLK, is seeking qualified sources for Enterprise Systems Security Support Services to ensure the integrity and availability of Precise Time and Astrometry (PTA) systems critical for Department of Defense operations, including GPS. The procurement aims to establish a robust security framework that includes infrastructure and personnel, such as transport engineers and cyber security operators, to maintain system functionality with an uptime exceeding 99.999%. This initiative is vital for the reliability of PTA data products, which are essential for navigation across various DoD systems. Interested parties must submit their responses to the Request for Information (RFI) by 12:00 PM EST on April 24, 2025, to the primary contact, Gil Dobison, at gilbert.k.dobison.civ@us.navy.mil. The anticipated contract will be a Firm Fixed Price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract, with a base period from April 6, 2026, to April 5, 2027, and four option periods.
Alliant 3 GWAC, Request for Proposal (RFP)
Buyer not available
The General Services Administration (GSA) is soliciting proposals for the Alliant 3 Governmentwide Acquisition Contract (GWAC), aimed at providing a wide range of information technology (IT) services to federal agencies. This procurement seeks to establish a multiple award, indefinite delivery, indefinite quantity (IDIQ) contract that allows for flexible task order issuance without a maximum ceiling, ensuring a minimum contract guarantee of $2,500. The Alliant 3 GWAC is crucial for streamlining IT service acquisitions across government entities, promoting performance-based contracting and compliance with federal standards. Interested contractors must submit their proposals by April 11, 2025, and can direct inquiries to Roman Rodriguez at Alliant3QA@gsa.gov for further information.