Logistics Support Area - DCNG
ID: W912R1-26-Q-7001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7M1 USPFO ACTIVITY DC ARNGJOINT BASE ANACOSTIA, DC, 20373-5115, USA

NAICS

Facilities Support Services (561210)

PSC

LEASE OR RENTAL OF EQUIPMENT- MISCELLANEOUS (W099)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Logistics Support Services at Logistics Support Area (LSA) Lincoln in Washington, D.C. The contractor will be responsible for delivering comprehensive facilities management, maintenance, power generation, water and wastewater system operations, and waste management services, as outlined in the attached draft Performance Work Statement (PWS). These services are crucial for sustaining operations related to the Make DC Safe and Beautiful mission, ensuring the effective management of resources and infrastructure at the site. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), are encouraged to submit capability statements to LTC J. Paul Caldwell at joseph.p.caldwell.mil@army.mil or CPT Kyle Hartleben at kyle.d.hartleben2.mil@army.mil by the deadline, with the anticipated period of performance running from March 1, 2026, to July 7, 2026.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines the requirements for Logistics Support Area (LSA) Lincoln Continuation Services, providing sustainment support for Soldiers involved in the Make DC Safe and Beautiful mission. The contractor is responsible for furnishing all necessary personnel, equipment, and materials to sustain and eventually demobilize LSA Lincoln, which includes maintaining tents, restrooms, power generation, outdoor security lighting, office trailers, and briefing areas. The period of performance is up to 180 days at Joint Base Anacostia-Bolling. Key aspects include quality control, compliance with installation access and security requirements (e.g., AT Level 1 and iWATCH training), protection of Personally Identifiable Information (PII), and adherence to anti-trafficking in persons policies. The contractor must also manage organizational conflicts of interest and ensure a smooth phase-in/phase-out period. The government will provide workspace, while the contractor is responsible for all other resources, including preventative and corrective maintenance of LSA infrastructure, repositioning, and eventual demobilization and site restoration. Performance will be evaluated against specific objectives and acceptable quality levels outlined in the Performance Requirements Summary.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Base operations support services at Fort Leonard Wood and Lake of the Ozarks Army Recreation Area (LORA).
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide base operations support services at Fort Leonard Wood and the Lake of the Ozarks Army Recreation Area (LORA). The procurement encompasses a range of services including maintenance and operation of facilities, utility systems, grounds maintenance, and support for special events, all critical for the effective functioning of military training missions. This contract is vital as it supports the infrastructure used by joint forces and international allies, ensuring operational readiness and reliability. Interested parties should note that the anticipated issuance of a draft solicitation is set for January 16, 2026, and inquiries should be directed to Samuel J. Colton or Christopher Weber via their respective emails.
    Enterprise Support Services (ESS)
    Dept Of Defense
    The Department of Defense, specifically the Army's Deputy Chief of Staff (DCS), G-4, is seeking sources for Enterprise Support Services (ESS) to enhance Army logistics operations. The contractor will provide broad-based research and analytic support, focusing on developing logistics strategies, assessing current logistics issues, and supporting supply chain requirements, all while ensuring integration with Defense strategic plans. This opportunity is critical for maintaining the Army's logistics readiness and operational effectiveness in a dynamic security environment. Interested parties must submit a capability statement outlining their qualifications and whether they are a Small Business to Roxanne Veary at roxanne.n.veary.civ@army.mil, with the contract featuring a base period of eight months and options for extensions.
    Logistics Modernization Integration Support (LMIS) Pre-Solicitation Notice
    Dept Of Defense
    The Defense Logistics Agency (DLA) is issuing a Pre-Solicitation Notice for Logistics Modernization Integration Support (LMIS) aimed at modernizing warehouse equipment across various distribution sites. The DLA seeks industry feedback on a draft Performance Work Statement (PWS) to ensure clarity, feasibility, and to identify any potential restrictions, particularly regarding highlighted sections that pertain to vendor capabilities and cost implications related to additional requirements. This initiative is crucial for enhancing operational efficiency, reducing costs, and improving cybersecurity within DLA's global distribution centers. Interested parties are encouraged to submit their responses via email to Allexas Kirchgessner at allexas.kirchgessner@dla.mil by 12:00 PM EST on January 5, 2026, as this notice serves solely for market research and does not constitute a Request for Proposal.
    Base operations support services at Fort Leonard Wood and Lake of the Ozarks Army Recreation Area (LORA).
    Dept Of Defense
    The Department of Defense, through the Army's Mission and Installation Contracting Command, is seeking qualified contractors to provide Base Operations Support Services (BASOPS) at Fort Leonard Wood and the Lake of the Ozarks Army Recreation Area. The procurement aims to secure non-personal, performance-based services including facility maintenance, utility operations, and grounds management, with a focus on achieving fair market pricing. These services are critical for maintaining operational readiness and supporting military training objectives. Interested Federally Certified 8(a) firms must submit their capabilities and relevant experience electronically by December 12, 2023, to the primary contact, Samuel J. Colton, at samuel.j.colton.civ@army.mil, or the secondary contact, Christopher Weber, at christopher.weber11.civ@army.mil.
    Arlington National Cemetery (ANC) Solid Waste Management Services
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Belvoir, is seeking qualified small businesses to provide solid waste management services at Arlington National Cemetery (ANC) for Fiscal Year 2026. The contractor will be responsible for managing municipal solid waste, scrap metal, construction demolition debris, and single-stream recycling, including the relocation of waste collection infrastructure for the Southern Expansion project. This procurement is critical for maintaining the cleanliness and environmental standards of the cemetery, ensuring compliance with federal, state, and local regulations. Interested parties must submit their capability statements to Contract Specialist Amber Peeples at amber.k.peeples.civ@army.mil by January 16, 2026, at 12:00 p.m. EST, and are encouraged to review the attached draft Statement of Work for detailed requirements.
    Limited Sources Justification (LSJ) for IDIQ non-personnel support services
    State, Department Of
    The Department of State is seeking to post a Limited Sources Justification (LSJ) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on non-personnel support services. This procurement aims to comply with FAR 8.405-6(a)(2)(i)(B), which outlines the justification process for limited sources. The services are critical for management support in contract, procurement, and acquisition areas, ensuring efficient operations within the department. Interested parties can reach out to Wade Ward at WardBW@state.gov or call 202-374-4491 for further information regarding this opportunity.
    Joint Base Lewis-McChord Commercial Recycling Service
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command at Joint Base Lewis-McChord (JBLM), is preparing to solicit proposals for commercial recycling services. The contract will encompass the collection, transportation, and management of recyclable materials across various locations within JBLM, including the main base, North, McChord Field, and the Yakima Training Center. This indefinite delivery, indefinite quantity contract is crucial for maintaining environmental sustainability and efficient waste management practices at the installation. The anticipated solicitation release date is around July 11, 2025, with proposals due by 8:00 a.m. Pacific Standard Time on August 11, 2025. Interested contractors must be registered in the System for Award Management (SAM) under NAICS code 562111 and can find further details and updates on the SAM website.
    Sole Source award of Jordanian Analytical Laboratory System Equipment Sustainment Contractor Logistics Support (CLS)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor for the Sole Source award of the Jordanian Analytical Laboratory System Equipment Sustainment Contractor Logistics Support (CLS). The procurement involves comprehensive services including maintenance and sustainment of laboratory equipment, calibration, software updates, and repair, alongside the provision of a Logistics Information System (LIS) that ensures total supply, service, and maintenance support. This initiative is crucial for maintaining the operational readiness and reliability of laboratory equipment in Jordan, ensuring effective performance in various analytical tasks. Interested parties can reach out to Brian Lauterbach-Hagan at brian.j.lauterbachhagan.civ@mail.mil or Linda S. Ensminger at linda.s.ensminger.civ@army.mil for further details regarding this opportunity.
    SLDMS 12 Month Bridge
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure IT Professional Services through a task order titled "SLDMS 12 Month Bridge." This procurement aims to provide essential support to the Headquarters Department of the Army (HQDA) SLD Office, encompassing database planning and design, systems analysis, programming, software development, and project management for the SLDMS, which includes four modular web applications serving distinct managed populations. Interested vendors can reach out to Carolina Banks at carolina.d.banks.civ@army.mil or call 703-806-8448 for further details regarding this opportunity.
    Abrams Integrated Logistics Services (AILS) Solicitation
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is issuing a solicitation for the Abrams Integrated Logistics Services (AILS) contract, aimed at providing comprehensive support for the Abrams Family of Vehicles and related systems. This five-year contract will encompass Field Service Representatives, vehicle maintenance, modification work orders, total package fielding, new equipment training, and program management, including support for Foreign Military Sales (FMS) countries. The services are critical for ensuring the operational readiness and sustainment of advanced military vehicles. Proposals are due by 12:00 PM ET on January 9, 2026, and interested parties should direct inquiries to Jaclyn Beach at jaclyn.j.beach.civ@army.mil, ensuring to submit questions by December 12, 2025.