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
    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
    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.
    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.
    Similar Opportunities
    Defense Enterprise and Accounting Management System Functional Management Office Support
    General Services Administration
    The General Services Administration (GSA) is seeking support for the Defense Enterprise and Accounting Management System (DEAMS) Functional Management Office. This procurement involves professional program management and support services, as outlined in the attached Limited Source Justification in accordance with FAR 8.405-6. The services are critical for ensuring effective management and operational support of the DEAMS, which plays a vital role in the financial and accounting operations of the Department of Defense. Interested parties can reach out to Adam Sawatzke at adam.sawatzke@gsa.gov or 816-509-6816, or Megan Knight at megan.knight@gsa.gov or 816-337-9613 for further details.
    GSA Leasing Support Services Max (GLS Max)
    General Services Administration
    The General Services Administration (GSA) is seeking contractors for the GSA Leasing Support Services Max (GLS Max) contract, which will provide leasing support services to assist in the acquisition of leasehold interests and related real estate services for federal tenants. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) with a base year and four option years, focusing on lease acquisitions, post-award services, lease renewals, and lease extensions, with compensation derived from negotiated real estate commissions paid by building owners rather than direct payments from GSA. This procurement is crucial for ensuring effective lease management and support for GSA's operations, with proposals due by 4:00 PM (Eastern Time) on May 5, 2025, and an estimated contract award value of at least $50,000 per awardee. Interested parties can contact Felipe P. Jolles at felipe.jolles@gsa.gov or Christine Allen at christine.allen1@gsa.gov for further information.
    DMDC USHRIS
    General Services Administration
    The General Services Administration (GSA) is seeking to modify an existing contract with Peraton for the development of the Uniformed Services Human Resources Information System (USHRIS) as part of the Defense Manpower Data Center's (DMDC) initiative. This modification is essential for completing the implementation of the Department of Defense's (DoD) Enterprise Identity, Credentialing, and Access Management (ICAM) requirements for the Trusted Associate Sponsorship System (TASS) application, with a critical deadline of September 30, 2023. The urgency of this procurement arises from a DoD directive to decommission outdated data centers, and Peraton is uniquely positioned to fulfill this requirement due to its expertise and security clearances, making competition impractical. Interested parties can reach out to Ryan P. Mathews at ryan.mathews@gsa.gov or David Roberts at david.a.roberts@gsa.gov for further information.
    Justification for Exception to Fair Opportunity
    General Services Administration
    The General Services Administration (GSA) is seeking contractor support services for the GPS User Equipment (UE) Systems and Assured Position, Navigation, and Timing (PNT) programs. The procurement aims to provide a range of services including modernization acquisition, sustainment planning, manpower analysis, and cybersecurity support, among others, to enhance the effectiveness and reliability of PNT systems. This initiative is critical for ensuring robust navigation and timing capabilities across various military applications. Interested parties can reach out to Patrick Salter at patrick.salter@gsa.gov or call 937-705-9133 for further details regarding this opportunity.
    D951-M On-site Services (R-1) (A-1)
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking proposals for on-site services through a Multiple Award Task Order Contract (MATOC) under the D951-M (R-1) Umbrella Contract. This solicitation aims to qualify contractors capable of providing a range of services, including copying, printing, scanning, and mailing solutions, at various Federal Government facilities both within the contiguous United States (CONUS) and outside (OCONUS). The awarded contractors will compete for individual task orders, with the Government reserving the right to limit competition when deemed necessary. Interested contractors should designate a single point of contact for task order requests and can find complete specifications and additional details at the GPO's vendor website. For inquiries, contact Lauren Helming at lhelming@gpo.gov or APS/ACS at apsacs@gpo.gov.
    LSJ for 67th COG Services
    General Services Administration
    The General Services Administration (GSA) is executing a Limited Source Justification for the 67th Cyber Operations Group of the U.S. Air Force, necessitating urgent cyber operations training and support services. This procurement is aimed at maintaining continuity of critical national security services while a protest regarding a previously awarded contract is resolved. The incumbent contractor, Macaulay-Brown Inc., is uniquely qualified to fulfill this requirement due to their existing top-secret clearances and specialized expertise, with a contract value of up to $2,000,000 for a 30-day base period and an optional 30-day extension. For further inquiries, interested parties may contact David Kilbourne at david.kilbourne@gsa.gov.
    Multiple Award Task Order Contract for Resilient Architect-Engineer Services (RAES)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is issuing a presolicitation for a Multiple Award Task Order Contract (MATOC) for Resilient Architect-Engineering Services (RAES) with a total contract ceiling of $3.4 billion. This contract aims to support Facility Sustainment, Restoration, and Modernization (FSRM) and Military Construction (MILCON) projects, encompassing both Title I and Title II services, and will be available for firms across the continental United States and outlying areas. The procurement is particularly significant as it includes a Partial Small Business Set-Aside, with a reserve for Woman-Owned Small Businesses, and anticipates awarding contracts to approximately six Other-than-Small Business firms and five Small Business firms. Interested parties should note that a virtual Industry Day is scheduled for December 16, 2025, with SF330 submissions due by January 30, 2026. For further inquiries, contact Salvador Castillo at salvador.castillo@us.af.mil or by phone at 830-719-5161.
    TDD R&D Support Bridge OASIS Task Order
    General Services Administration
    The General Services Administration (GSA) is seeking to award a bridge task order for research and development (R&D) engineering services related to air and ground-based weapon system technologies. This procurement aims to provide continued support for identifying current threats and system vulnerabilities, as well as developing solutions for the Technology Development Directorate (TDD) of the Combat Capabilities Development Command, Aviation and Missile Center (DEVCOM AvMC) located at Redstone Arsenal, Alabama. The task order will be structured as a Time and Materials (T&M) contract with a six-month base period and a six-month option to extend services, addressing a gap between the expiration of the current task order and the anticipated award date of a follow-on effort. Interested parties can contact April Trice at April.Trice@gsa.gov or by phone at 256-520-6716 for further details.
    DRRS Sustainment and Maintenance Sole Source J&A
    General Services Administration
    The General Services Administration (GSA) is seeking to award a sole source contract for the sustainment and maintenance of the Defense Readiness Reporting System-Strategic (DRRS-S). This contract will encompass all aspects of operation, maintenance, training, help desk services, and management support for the DRRS-S, including cybersecurity, systems engineering, integration, and system testing, to meet the evolving needs of the Department of Defense (DoD). The contract is intended as a 12-month bridge solution while the DoD develops a long-term requirement for the DRRS-S program, with justification for other than full and open competition based on the need for specialized services that would incur substantial duplication of costs or unacceptable delays if sourced elsewhere. Interested parties can contact Robert Johnson at robert.f.johnson@gsa.gov or 913-271-2291 for further details.
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is seeking qualified small businesses for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million. This procurement aims to establish a contract for general construction projects primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work, with task orders ranging from $7 million to $30 million. The awarded contracts will have a base period of five years, and the selection process will utilize a Best Value Decision based on past performance, design experience, and technical capability. Interested parties must submit proposals by December 18, 2025, at 11:00 AM EST via the PIEE Solicitation Module, and can contact Gregory Graham at gregory.m.graham@usace.army.mil for further information.