Joint Data and Analytic Support Services
ID: HQ003425RE015Type: Solicitation
Overview

Buyer

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

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SPECIAL STUDIES/ANALYSIS- DATA (OTHER THAN SCIENTIFIC) (B506)
Timeline
    Description

    The Department of Defense, through the Washington Headquarters Services (WHS), is soliciting proposals for Joint Data and Analytic Support Services under NAICS code 541611. This opportunity aims to acquire administrative and general management consulting services, which are critical for supporting the operational and analytical needs of the WHS. The solicitation is open to all qualified vendors and follows FAR Part 12, FAR Part 15, and FAR 16.504 procedures, emphasizing the importance of comprehensive data analysis in decision-making processes. Interested parties can reach out to primary contact Lawan Ferguson at lawan.d.ferguson.civ@mail.mil or by phone at 703-545-1252, or secondary contact Shacasia King at shacasia.t.king.civ@mail.mil or 571-574-0406 for further details regarding the Request for Proposal (RFP) documents.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    Defense Science Board (DSB) Summer Study Support Services
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services, is seeking sole source support services for the Defense Science Board (DSB) Summer Study. This procurement involves a 10-month firm-fixed-price contract to provide professional analytical and administrative support services for the DSB and its Office while a re-compete is underway. The services are critical as they are currently available from only one responsible source, ensuring that the agency's specific needs are met without interruption. Interested parties can reach out to Nia Holloway at nia.m.holloway.civ@mail.mil or Eric Darby at eric.u.darby.civ@mail.mil for further inquiries, noting that this notice is not a request for proposals or quotes.
    Analytical Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking qualified vendors to provide Analytical Support Services through a Total Small Business Set-Aside contract. The objective of this procurement is to perform research, analysis, and development to enhance the Naval Aviation Enterprise's analytics capabilities, including modeling and dashboard improvements for comprehensive project analysis initiatives. This contract will be awarded as a firm fixed-price Single-Award Indefinite Delivery, Indefinite Quantity (IDIQ) under NAICS code 541512, with a size standard of $34 million. Interested parties should submit their quotes and direct any questions to Elden Greuber or Kalynn Jackson via email by the specified deadlines, with the solicitation reference number N6852026Q1003.
    Limited Sources Justification
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), has issued a Limited Sources Justification for a procurement opportunity related to professional program management and support services. The specific requirements and objectives of this procurement are detailed in the attached documentation, which outlines the justification for limited sources. These services are critical for ensuring effective program management within the Department of Defense, highlighting their importance in maintaining operational efficiency. Interested parties can reach out to Kimberly Kozlowski at kimberly.e.kozlowski.civ@mail.mil for further information regarding this opportunity.
    CON 7170V, Analyzing Profit or Fee
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services, is seeking proposals for the development of a business simulation to support the project titled "CON 7170V, Analyzing Profit or Fee." This procurement aims to enhance the analysis of profit or fee structures, which is crucial for effective program management and support within the department. Interested vendors should note that the place of performance will be Fort Belvoir, Virginia, and they can reach out to primary contact Darrell L. Joy at darrell.l.joy2.civ@mail.mil or secondary contact Michael A. Kline at michael.a.kline42.civ@mail.mil for further inquiries regarding this opportunity.
    Research and Studies for the Office of Net Assessment
    Dept Of Defense
    Solicitation from the DEPT OF DEFENSE, WASHINGTON HEADQUARTERS SERVICES (WHS) is seeking research and studies for the Office of Net Assessment. This service is typically used for conducting analysis and assessments to support the Department of Defense's strategic planning and decision-making processes. Proposals must be submitted via email to whs.pentagon.ad.mbx.net-assessment@mail.mil, with specific subject headings and deadlines specified in the schedule. Hard copies will not be accepted.
    Office of Military Commissions (OMC) Case Analysis and Investigative Support
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services, is seeking to procure case analysis and investigative support services for the Office of Military Commissions (OMC). The contractor will be responsible for providing all necessary personnel, equipment, and materials to support courtroom and case preparation, ensuring compliance with the standards outlined in the Performance Work Statement (PWS). This procurement is critical for ongoing military commission cases, including high-profile matters such as the 9/11 case and the USS COLE bombing, where the expertise and security clearances of the personnel are essential to avoid delays in national security litigation. The contract, valued at approximately $3.9 million, is a sole-source bridge extension to General Dynamics Information Technology, Inc. (GDIT), with the current contract set to expire on May 10, 2023, and a long-term solution anticipated by November 2023. Interested parties may contact Shacasia King at shacasia.t.king.civ@mail.mil or 571-574-0406 for further information.
    Office of Small Business Programs Support Services - Amend 7
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for the Office of Small Business Programs Support Services. The contract aims to provide comprehensive operational and management support, including business execution, strategic communication, and mentor-protégé program support, with a total award amount of up to $24,500,000. The performance period is set to begin in January 2026, lasting for one base year with four additional option years extending through January 2031. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil or Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.
    AbilityOne DOW Contract Management Services
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), intends to award an indefinite delivery-indefinite quantity (IDIQ) contract for contract management services to the National Industries for the Blind (NIB) under the AbilityOne program. This procurement aims to provide essential support for contract closeout services, including the deobligation of Unliquidated Obligations (ULOs) and Undelivered Orders (UDOs), as well as other administrative functions related to contract completion and closeout. The services are crucial for ensuring efficient management of contracts across various contracting activity organizations within the Department of War. Interested parties can reach out to Jonathan Bertsch at jonathan.bertsch@whs.mil or Fedline Crowell at fedline.crowell.civ@mail.mil for further information regarding this presolicitation notice.
    IM&T Program, Project, Data Management, Business Intelligence Support Services and Software Development & Sustainment Indefinite Delivery/Indefinite Quantity (IM&T IDIQ)
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Program, Project, Data Management, Business Intelligence Support Services, and Software Development & Sustainment for the Defense Security Cooperation Agency (DSCA) Information Management and Technology (IM&T). The contract aims to enhance the digital infrastructure and business systems that support global Security Cooperation, with a focus on Agile/Scaled Agile Program Management and DevSecOps best practices. This initiative is critical for managing IT initiatives, developing and maintaining software, and providing advanced data analytics to support mission-driven decision-making. Interested firms must submit capability statements by January 6, 2026, detailing their relevant experience, with an estimated contract value between $400 million and $500 million over a five-year ordering period. For further inquiries, contact Darrell Joy at darrell.l.joy2.civ@mail.mil or Anaya Porter at anaya.a.porter.civ@mail.mil.