USSOUTHCOM J2 EDA IDIQ
ID: W91QEX26R0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0410 AQ HQ CONTRACTDORAL, FL, 33172-1202, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Department of the Army, is soliciting proposals for the USSOUTHCOM J2 Enhanced Domain Awareness (EDA) Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This procurement aims to provide strategic and technical support services as outlined in the Performance Work Statement, focusing on IT, data management, cybersecurity, and geospatial analysis. The contract is particularly significant as it encompasses a multi-year project with a comprehensive list of roles and services required, including cloud engineers, data scientists, and project managers, with a total estimated value including travel and other direct costs reaching approximately $7.2 million. Interested offerors must submit their proposals by January 5, 2026, and can direct inquiries to Tonya Johnson at tonya.k.johnson11.civ@mail.mil or Sherwin Riley at sherwin.d.riley.civ@mail.mil for further clarification.

    Files
    Title
    Posted
    The document indicates that the content is currently unavailable and requires the user to upgrade their PDF viewer, specifically Adobe Reader, to display the document properly. It provides links for downloading the latest version of Adobe Reader and for seeking further assistance. The file also includes trademark information for Windows, Mac, and Linux. The primary purpose of this document is to inform the user about a technical issue preventing the display of the file’s content and to provide solutions for resolving it.
    The U.S. Army uses the Performance Assessment Questionnaire to evaluate offerors' past performance for competitive source selections, specifically for Request for Proposal (RFP) (Insert Solicitation Number). This questionnaire gathers information on past performance on federal, state, local, or commercial contracts, comparing it against the North American Industry Classification System (NAICS). The document requests candid responses from identified points of contact regarding the offeror's performance across various criteria, including compliance, project management, timeliness, cost control, and customer satisfaction. The rating definitions—Substantial, Satisfactory, Limited, and No Confidence—guide the assessment, with rationale required for each response. The completed questionnaire is crucial for awarding federal contracts and must be returned to the Contracting Officer within 15 days of receipt or by a specified date. It also includes sections for offeror and respondent identification, ensuring transparency and accountability in the evaluation process.
    The document compiles numerous questions and requests for clarification regarding a federal government solicitation for a multiple-award IDIQ contract. Key themes include the nature of the award (new vs. incumbent, single vs. multiple), contract value, small business considerations, and the removal or clarification of specific FAR clauses. Offerors seek details on evaluation factors, past performance requirements, key personnel definitions, security clearance levels, and the submission process for various volumes (technical, past performance, price). Significant questions also revolve around the scope of work orders, cloud migration, data management, and the government's expectations for staffing, deliverables, and payment. The inquiries highlight ambiguities in the solicitation regarding pricing structures, technical requirements for various work orders, and administrative procedures, underscoring the need for further guidance from the government to ensure fair and accurate proposal submissions.
    The
    This government RFP, W91QEX26R0001, issued by the 410th CSB - RCO Miami, outlines a requirement for "USSOUTHCOM J26 Enhanced Domain Awareness" with an offer due date of January 5, 2026. The solicitation is set aside for small businesses, with a NAICS code of 541519 and a size standard of $34,000,000. The core of the RFP details a comprehensive list of services, primarily focused on IT, data management, cybersecurity, and geospatial analysis, all on a Firm-Fixed-Price (FFP) basis. The initial phase includes a 1-month phase-in period, followed by 4 months of services for various roles such as Cloud Web Developers, Cloud Security Engineers, Data Integration Specialists, Geospatial Solutions Architects, IAM Engineers, Security Compliance Analysts, Help Desk personnel, Kubernetes Engineers, Data Layer Engineers, DevOps Engineers, Data Lake Engineers, Data Governance Specialists, Security & Compliance Admins, Knowledge Managers, Data Governance & Metadata Scientists, Full-Stack Data Engineers, Ontologists, Project Managers, ML Administrators, Geospatial Research Analysts (Senior, Mid-Level, Junior), Cyber Security Administrators, Cloud Engineers, Training Coordinators, Technical Instructors, Senior Project Managers, Project Managers, Risk & Compliance Analysts, Financial Analysts, Business Process Engineers, JIRA Administrators, GitLab Administrators, System Integration Specialists, Procurement Managers, Procurement Analysts, and Licensing & Contract Administrators, Data Science Leads, Senior Data Scientists, and Data Scientists. The RFP also includes line items for travel ($422,000.00) and Other Direct Costs (ODC) ($6,800,000.00) for reimbursement of software, licensing, and storage. Crucially, the solicitation includes three option years, each for 12 months, covering the same extensive list of services, travel, and ODCs, indicating a multi-year project. All services require adherence to a Performance Work Statement (PWS) for specific details.
    The government solicitation W91QEX26R0001 is an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for commercial items, specifically for USSOUTHCOM J26 Enhanced Domain Awareness, with an offer due date of January 5, 2026. This Request for Proposal (RFP) is set aside for small businesses and has a NAICS code of 541519 with a size standard of $34,000,000. Key personnel, including Senior Program Specialist and Senior Software Developer, have been removed from the solicitation and will be identified and evaluated at the Task Order level. Proposals will be evaluated based on a best overall value approach, with Technical (Experience) and Past Performance factors being significantly more important than Price. Offerors must submit proposals in three volumes: Technical Experience (max 15 pages), Past Performance (max 15 pages), and Price. Technical experience requires a minimum of three years of relevant service contract experience, with contracts valued at least $4,000,000 and awarded within the last five years. Past performance requires questionnaires for Department of Defense contracts within the last five years, also with a minimum value of $4,000,000. Price proposals must include a completed SF 1449 and an overtime support pricing sheet. Offerors must also ensure complete and current Online Representations & Certifications via SAM or ORCA.
    Lifecycle
    Title
    Type
    USSOUTHCOM J2 EDA IDIQ
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    SOF Global Services Delivery Request for Proposal (DRAFT)
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is seeking proposals for the Special Operations Forces Global Services Delivery (SOFGSD) contract, which is a Total Small Business Set-Aside opportunity. This procurement aims to secure administrative management and general management consulting services to support USSOCOM's global missions and enterprise needs, with a focus on providing subject matter expertise and knowledge-based services. The contract will be awarded as multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a requirement for offerors to possess a Top Secret Facility Clearance and to meet specific cybersecurity standards as outlined in the recent DFARS rule. Interested parties should direct inquiries to the primary contact, Sherri Ashby, at sherri.ashby@socom.mil, and note that the final Request for Proposal (RFP) is anticipated to be released in Q2 FY26, following additional drafts and industry engagement sessions.
    CDID Cyber Battle Lab Experimentation Support Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Mission and Installation Contracting Command (MICC) at Fort Eustis, Virginia, is seeking qualified vendors to provide Cyber Battle Lab Experimentation Support Services at Fort Gordon, Georgia. The primary objective is to assist in identifying gaps and vulnerabilities in Cyber Electromagnetic Activities through various services, including experimentation, data collection, network engineering, capability prototyping, satellite communications support, and cybersecurity. This contract is crucial for enhancing the Army's capabilities in Cyber Electromagnetic Activities and will be awarded as a Single Award Indefinite Delivery, Indefinite Quantity (SA-IDIQ) contract with a maximum ceiling of $58.3 million over a seven-year ordering period. Interested vendors must submit their responses, including capability statements and security clearance information, by January 12, 2026, at 2 p.m. EST, and can contact Ashley Johns or Hattie Brown for further details.
    ManageEngine Service Desk Plus Enterprise Edition
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking proposals for the procurement of the ManageEngine Service Desk Plus Enterprise Edition under a firm-fixed-price contract. This procurement involves an annual subscription for 65 technicians managing 4000 nodes, aimed at renewing the government's current software subscription set to expire on April 18, 2026. The software is critical for enhancing IT service management capabilities within the agency's infrastructure. Interested vendors must submit their proposals electronically by 12:00 PM EST on January 8, 2026, to Eric Daly at eric.m.daly6.civ@us.navy.mil, ensuring they meet all outlined requirements and are registered in the System for Award Management (SAM) at the time of submission.
    W56KGY-18-D-0003/W56KGY-23-F-0023 Capabilities Drop 1 (CD-1) Justification and Approval FAR 16.505(b)(2)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is issuing a delivery order under the base IDIQ contract W56KGY-18-D-0003 for the continued sustainment of annual software maintenance licenses for Capabilities Drop 1 (CD-1) systems. This procurement is crucial for ensuring the ongoing functionality and support of IT and telecom hardware and software, particularly in the area of servers. Interested vendors can reach out to the primary contact, Scott D. Butterfield, at scott.d.butterfield2.civ@army.mil or by phone at 520-538-9143, or the secondary contact, Rachel L. Moresi, at rachel.l.moresi.civ@army.mil for further details regarding this opportunity.
    CENTCOM Headquarters Indefinite Delivery Indefinite Quantity (IDIQ) Professional Services (CHIPS)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the CENTCOM Headquarters Indefinite Delivery Indefinite Quantity (IDIQ) Professional Services (CHIPS) contract, aimed at providing a comprehensive range of professional services to support U.S. Central Command (USCENTCOM) operations. The procurement seeks to enhance strategic planning, policy support, and operational effectiveness across various military and governmental functions, requiring contractors to deliver non-personal services that integrate military operations with U.S. Government strategies. This initiative is particularly significant as it emphasizes the role of small businesses, with a total contract value capped at $750 million, and is set aside for 100% small business participation, including Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and SBA certified 8(a) firms. Interested parties must submit their proposals electronically by January 9, 2024, and direct any inquiries to Jason Wilkin at Jason.Wilkin.2@us.af.mil or LaKeisha Gamble at lakeisha.gamble.2@us.af.mil.
    Defense Health Agency Data Governance Transforming the Data Landscape: A Strategic Imperative for Modern Healthcare in Support of Military Readiness
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking proposals from qualified small businesses to provide contractor support for advancing enterprise data readiness and governance within the Military Health System. The primary objectives include developing a comprehensive baseline data inventory, establishing a centralized metadata repository, conducting an Analysis of Alternatives for an enterprise data catalog, and implementing automated metadata harvesting tools to enhance data accessibility and usability. This initiative is critical for improving decision-making and operational efficiency in military healthcare, aligning with the Department of Defense's data strategy principles. The contract, valued at approximately $34 million, has a performance period from January 30, 2026, to January 29, 2027, with proposals due by January 9, 2026. Interested parties should direct inquiries to Linda M. Walker or Andrea V. Rivas via the provided email addresses.
    Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Design-Build and Construction Projects related to General Construction within the Boundaries of the U.S. Army Corps of Engineers (USACE), Jacksonville District
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Jacksonville District, is conducting a Sources Sought Notice for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on design-build and construction projects related to general construction primarily in Florida. This procurement aims to assess the interest and capabilities of the construction community, including small businesses, to ensure adequate competition for various construction requirements, including new construction, demolition, renovation, and repair projects supporting military and interagency stakeholders. The MATOC will cover a five-year period with a total estimated value of up to $15 million for task orders, with individual task orders expected to range from $10,000 to $80 million. Interested firms must submit their responses by January 9, 2025, to the designated contacts, Ireishal Adams and William Wallace, via email.
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Intelligence, Surveillance, and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). This procurement aims to develop and field advanced ISR systems that enhance communication, surveillance, and security capabilities while addressing evolving threats, including support for unmanned systems related to chemical, nuclear, biological, and radiological elements. The anticipated contract will involve multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with a seven-year ordering period, and the final RFP is expected to be released no earlier than November 21, 2025. Interested parties can reach out to Carl Odom at carl.n.odom.civ@us.navy.mil or by phone at 619-553-4454 for further information.
    ACCAPG_Competitive_Opportunities_Division C
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is issuing a special notice regarding competitive acquisition opportunities for Fiscal Year 2026, with a focus on engineering services. This initiative aims to enhance communication between the Army, its mission partners, and industry stakeholders by providing quarterly updates on various projects, including those related to intelligence, electronic warfare, and command and control systems, with estimated contract values ranging from $6 million to $250 million. The information shared is for informational purposes only, and interested vendors are encouraged to submit questions via email to the primary contact, Ms. Yadira Colon, at yadira.i.colon.civ@army.mil, with a limit of ten questions per submission. All updates and information are subject to change, and no formal proposals should be submitted in response to this notice.