Support Services for the Office of the Under Secretary of Defense for Intelligence & Security
ID: TR011720251116Type: Special Notice
Overview

Buyer

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

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, through the Washington Headquarters Services, intends to award short-term sole source extension contracts for support services to the Office of the Under Secretary of Defense for Intelligence and Security (OUSD(I&S)). The contracts will be awarded to incumbent contractors, including Booz Allen Hamilton Inc., Digital Forensics Services, Sancorp Consulting, LLC, and Premier Enterprise Solutions, LLC, to provide essential technical, administrative, and professional support services, with the anticipated performance period from March 28, 2025, to July 27, 2025. This procurement is critical for maintaining continuity of services as the government transitions to a new procurement process for OUSD(I&S) requirements. Interested parties can direct inquiries to Lawan Ferguson at lawan.d.ferguson.civ@mail.mil or Syreeta A. Donald at syreeta.a.donald.civ@mail.mil, but requests for proposals will not be accepted.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Support Services
    Buyer not available
    Special Notice Department of Defense Support Services: This is a notice of intent for the sole source procurement of an extension of services with General Dynamics One Source. The services provided by General Dynamics One Source are IT Services to the National Defense University. The extension of services will be from January 13, 2018, to February 28, 2018. This extension will allow for the implementation of a long-term competitive follow-on contract. The competition of this requirement and award to any other source would result in duplication of effort and disjointed management and provision of the established IT Services. Interested parties may send challenges to Cathy Kelly at cathy.kelly@navy.mil. This notice of intent is not a request for competitive proposals, but all challenges received within one day after the publication of this synopsis will be considered by the Government. The Government will determine whether to conduct a competitive procurement based on the information received.
    Notice of Intent to Award a Sole Source Contract for Sustainment Services for AN/USQ-167(V) Common Data Link System (CDLS)
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Systems Command (NAVWARSYSCOM), intends to award a sole source contract for sustainment services related to the AN/USQ-167(V) Common Data Link System (CDLS). This procurement aims to secure a ten-year Indefinite-Delivery Indefinite Quantity (IDIQ) contract for specialized engineering services, including depot-level maintenance and repair, to ensure the operational longevity of the CDLS, which is critical for transmitting signal and imagery intelligence data between reconnaissance aircraft and surface ship processing systems. The estimated value of this contract is $14.8 million, with a five-year base ordering period and an additional five-year option period. Interested parties may direct questions to Contract Specialist Jennifer V De Vera at jennifer.v.devera.civ@us.navy.mil by March 26, 2025, at 12:00 p.m. PDT.
    Intelligence Support Services-Joint (ISSJ)-II Extension
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking proposals for the Intelligence Support Services-Joint (ISSJ)-II Extension, aimed at enhancing intelligence capabilities within the Department of Defense. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under the NAICS code 541990, which encompasses all other professional, scientific, and technical services. The services provided will play a crucial role in supporting intelligence operations, ensuring that USSOCOM can effectively meet its mission requirements. Interested vendors should reach out to Alexia Yoo at alexia.d.yoo.civ@socom.mil or call 813-826-7236 for further details regarding the submission process and any deadlines.
    Strategic Initiatives (SI) DSCA TEAMS
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking sources for the Strategic Initiatives (SI) Defense Security Cooperation Agency (DSCA) Technical Engineering Analytical Management Support (TEAMS) contract. This procurement aims to enhance strategic planning services and support the Defense Security Cooperation Agency's Golden Sentry Inventory Reporting (GSIR) End-Use Monitoring (EUM) Scanner Project, which involves programmatic and IT activities essential for managing defense articles sold internationally. The contractor will be responsible for providing personnel, technology, and support services while ensuring compliance with security protocols, including the requirement for contractor personnel to hold SECRET-level clearances. Interested parties must submit their capacity statements and qualifications by March 19, 2025, and can contact Kim Robinson-Leach at kim.m.robinson-leach.civ@mail.mil or Lamont Joy at darrell.l.joy2.civ@mail.mil for further information.
    Protective Security Officer Services
    Buyer not available
    Special Notice: Homeland Security, Department of intends to extend the current ordering periods of multiple award contracts for Protective Security Officer Services. These extensions will provide continued security services at various locations in Washington DC while the follow-on efforts for these services are awarded and transitioned. The services are typically used to provide security and protection at government facilities. Interested parties may submit capability statements in response to this notice.
    SPICE Follow-On
    Buyer not available
    The Department of Defense, through the U.S. Space Systems Command, is initiating a Sources Sought notice for a sole-source contract extension to provide ongoing sustainment and operational support for the Space Based Infrared System (SBIRS). This contract, which will span three years (FY27-FY29) and includes a base year with two one-year options, aims to ensure personnel support for SBIRS operations, maintenance of operational sites, and readiness of ground infrastructure, as well as on-orbit support for the satellite constellation. The SBIRS is vital for missile warning, nuclear detonation monitoring, and enhancing situational awareness through advanced infrared surveillance. Interested contractors are encouraged to submit a Statement of Capabilities by April 7, 2025, to demonstrate their experience and ability to meet the contract requirements. For further inquiries, contact Peter Brachhold at Peter.Brachhold@spaceforce.mil or 719-556-2367, or Darren Fullo at darren.fullo@spaceforce.mil.
    New Requirement: J-3/5/7 Operations & Strategic Support
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking small businesses to provide J-3/5/7 Operations and Strategic Support services. The primary objective of this procurement is to supply experienced personnel who can assist with operational planning and strategic initiatives, particularly in the context of military capabilities in cyberspace operations. This contract, which is anticipated to span from June 2025 to May 2030, emphasizes the need for subject matter experts in operational planning and cyber operations, with a focus on compliance with security requirements and accessibility standards. Interested parties must respond to the Sources Sought Notice by March 19, 2025, and can contact Olivia Koch or Ivany Ortiz for further information.
    LEGACY DATA CONSOLIDATION SOLUTION – HEALTH INFORMATION ARCHIVE
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Mediquant, LLC for the provision of Health Information Archive (HIA) services aimed at consolidating legacy data and maintaining software systems. This contract will support the Enterprise Intelligence and Data Solutions (EIDS) Program Management Office (PMO) by mapping and loading data sets into Mediquant's proprietary data model and ensuring the operational integrity of the HIA, which is crucial for managing health-related information. The contract is expected to be a Firm Fixed-Price agreement with a base period of 12 months and four additional option periods, with an anticipated award date no later than December 2024. Interested parties may express their capabilities to Domonique Holmes via email at domonique.p.holmes.civ@health.mil within 7 calendar days of this notice.
    Administrative, Acquisition, Financial Management, Professional, and Support Services
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors to provide Administrative, Acquisition, Financial Management, Professional, and Program Management Support Services. This procurement aims to enhance operational efficiency for approximately 64,000 personnel in the National Capital Region, focusing on executive-level administrative assistance, acquisition management, financial analysis, and program oversight. The anticipated contract will be structured as an Indefinite Delivery, Indefinite Quantity (IDIQ) agreement with a 12-month base period and four 12-month option periods, beginning in November 2025. Interested firms, particularly small businesses, are encouraged to submit capability statements detailing relevant experience and past performance to Ronda Wilson at ronda.d.wilson2.civ@mail.mil or Stormy Anthony at Stormy.l.anthony.civ@mail.mil, noting that responses will not receive acknowledgment and no costs will be reimbursed for preparation efforts.
    Information Technology (IT) support services
    Buyer not available
    The Department of Defense, specifically the Army Command and Control Support Agency (CCSA), is seeking qualified contractors to provide comprehensive Information Technology (IT) support services for the Army Staff and the Deputy Chief of Staff G-3/5/7. The contract will encompass a wide range of services, including network management, end-user support, database maintenance, cybersecurity, and web development, all requiring personnel with Top-Secret clearance and, in some cases, Sensitive Compartmented Information eligibility. This initiative is critical for maintaining robust IT operations that support command and control applications, ensuring seamless support in both classified and unclassified environments for a fluctuating user community of 400 to 750 personnel. Interested parties must submit their capabilities statements by 12 pm EST on March 31, 2025, to the Contract Specialist, Abosede Olasupo, at abosede.o.olasupo.civ@army.mil and Kelsey Thomas at kelsey.l.thomas13.civ@army.mil.