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 contract aims to provide strategic and technical support services to enhance domain awareness, requiring various IT and data management professionals, including roles such as Cloud Web Developer and Geospatial Solutions Architect. The contract includes a one-month phase-in period followed by a four-month base period, with three optional 12-month extensions, and emphasizes the reimbursement of other direct costs based on actual expenses incurred. Interested contractors must submit their proposals by January 5, 2026, at 11:00 AM, and can direct inquiries to Tonya Johnson at tonya.k.johnson11.civ@mail.mil or Sherwin Riley at sherwin.d.riley.civ@mail.mil.

    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
    This government Request for Proposal (RFP) W91QEX26R0001 outlines a need for services to enhance USSOUTHCOM J26's domain awareness, specifically calling for various IT and data management professionals. The solicitation, issued by 410th CSB - RCO MIAMI, includes a one-month phase-in period followed by a four-month base period for roles such as Cloud Web Developer, Cloud Security Engineer, Data Integration Specialist, Geospatial Solutions Architect, IAM Engineer, and various other technical and project management positions. The RFP also includes three optional 12-month periods for the same services, extending the potential contract duration. Additionally, it allocates funds for travel and other direct costs (ODC) like software and licensing, emphasizing that ODC will be reimbursed based on actuals incurred. Contractors are required to provide service contract reporting. The offer due date is January 5, 2026, at 11:00 AM, and the acquisition is set aside for small businesses.
    Lifecycle
    Title
    Type
    USSOUTHCOM J2 EDA IDIQ
    Currently viewing
    Solicitation
    Similar Opportunities
    SOF Global Services Delivery Request for Proposal (DRAFT)
    Buyer not available
    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.
    IM&T Program, Project, Data Management, Business Intelligence Support Services and Software Development & Sustainment Indefinite Delivery/Indefinite Quantity (IM&T IDIQ)
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Information Management and Technology (IM&T) support services. The contract will focus on three primary areas: Program and Project Management, Software Development and Sustainment, and Data Management and Business Intelligence, aimed at modernizing digital infrastructure and business systems to enhance global Security Cooperation efforts. This initiative is critical for managing IT initiatives, developing software, integrating systems, and providing advanced analytics to support mission-driven decision-making. Interested firms must submit capability statements by December 31, 2025, at 1:00 PM EDT, via email to the primary contact, Darrell Joy, at darrell.l.joy2.civ@mail.mil, or the secondary contact, Anaya Porter, at anaya.a.porter.civ@mail.mil.
    W56KGY-18-D-0003/W56KGY-23-F-0023 Capabilities Drop 1 (CD-1) Justification and Approval FAR 16.505(b)(2)
    Buyer not available
    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)
    Buyer not available
    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.
    Program Executive Office, Defense Healthcare Management Systems (PEO DHMS), Commercial Solutions Opening (CSO), EIDS AOI 4 - Data Applications
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking innovative solutions for the Enterprise Intelligence & Data Solutions (EIDS) Program Management Office (PMO) under the Commercial Solutions Opening (CSO) for Area of Interest (AOI) 4 - Data Applications. The objective is to develop new data and user-centric applications and modernize existing ones to enhance user experience within the Military Health System and federal partner initiatives, utilizing AWS GovCloud infrastructure and best practices for DevSecOps. This initiative is critical for delivering enterprise-wide health and readiness data capabilities, supporting up to 100,000 concurrent users, and ensuring compliance with accessibility standards. Interested vendors must submit their solutions electronically by December 12, 2025, at 5:00 PM ET, and can direct inquiries to primary contacts Louise Lewis and Sharria T. Wells via their provided emails.
    Counter-Unmanned Aircraft Systems (C-UAS) Combined Synopsis/Solicitation
    Buyer not available
    The Department of Homeland Security (DHS) is seeking proposals for the Counter-Unmanned Aircraft Systems (C-UAS) Combined Synopsis/Solicitation, identified as RFP No. 70RDA226R00000001. This procurement aims to establish a Multiple-Award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract, with a maximum ceiling of $1.5 billion, to provide C-UAS capabilities that address the evolving threats posed by unauthorized unmanned aircraft systems. The contract is divided into two tracks: Track 1 focuses on Hardware/Software and Ancillary Services, while Track 2 encompasses Comprehensive Services, including turnkey solutions and system integration. Interested parties must submit their proposals by December 8, 2025, and can direct inquiries to Leslie Kenser at Leslie.Kenser@hq.dhs.gov or Bjorn Miller at bjorn.miller@hq.dhs.gov for further information.
    Office of Small Business Programs Support Services - Amend 6
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for the Office of Small Business Programs Support Services under a Women-Owned Small Business (WOSB) set-aside. The contract aims to provide comprehensive operational and management support for the DHA's Office of Small Business Programs, including business execution, strategic communication, and mentor-protégé program support. This initiative is crucial for enhancing small business participation in defense acquisitions and ensuring compliance with relevant regulations. The contract, valued at up to $24,500,000, will have a base period from January 5, 2026, to January 4, 2027, with four additional one-year options, and proposals are due by December 19, 2025. Interested parties should direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil and Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.
    IDIQ JOC FOR GENERAL CONSTRUCTION PROJECTS AT GOVERNMENT INSTALLATIONS WITHIN NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND SOUTHWEST THE METROPOLITAN SAN DIEGO (NAVAL BASES SAN DIEGO, POINT LOMA, CORONADO AND MARINE CORPS AIR STATION (MCAS) MIRAMAR, CALIF
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for general construction projects at various government installations in the San Diego area, including Naval Bases San Diego, Point Loma, Coronado, and Marine Corps Air Station Miramar. This procurement is specifically set aside for Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and aims to award one contract based on the best value source selection process, focusing on factors such as project management capability, experience, past performance, safety, and price. The contract will have a performance period of 24 months with a potential extension of 36 months, and the estimated maximum value for all contracts combined is $49 million, with task orders ranging from $2,000 to $1 million. Interested contractors should contact Heather Race at heather.l.race.civ@us.navy.mil or (619) 705-4676, and are encouraged to register on the relevant government websites as the solicitation will be available only in electronic format around May 5, 2025.
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Buyer not available
    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.
    Two Phase Design Build IDIQ MATOC in Support of the Western Region
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is announcing a presolicitation for a Two Phase Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) to support the Defense Health Agency (DHA) program in the Western Region of the United States. This procurement aims to provide design-build and repair services for military healthcare and research laboratory facilities, focusing on architectural, mechanical, electrical, instrumentation, security, and safety areas, with a total contract capacity of $249 million. The solicitation will be available on or around January 12, 2026, and interested contractors must be registered in SAM.gov to access the solicitation documents via the Procurement Integrated Enterprise Environment (PIEE) website. For further inquiries, potential bidders can contact LaRhonda Archie at larhonda.m.archie@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.