Data Analysis Support Services
ID: W9124J-25-R-TEPSType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FDO FT SAM HOUSTONFORT SAM HOUSTON, TX, 78234-1361, USA

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
  1. 1
    Posted Mar 17, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 10:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide Data Analysis Support Services for the Army Housing Division. The primary objective of this procurement is to deliver analytical support and technical updates utilizing various Department of Defense and Army Real Property data systems, aimed at enhancing the Army Housing Program to ensure quality and affordable housing for Soldiers and their Families. This contract, which is anticipated to span one base year with four optional extensions, emphasizes the importance of data-driven decision-making in maintaining effective housing solutions and requires interested vendors to submit capability statements by April 11, 2025. For further inquiries, potential bidders can contact Brayden Lazenby at brayden.v.lazenby.civ@army.mil or Stephen Fuller at stephen.b.fuller4.civ@army.mil.

Files
Title
Posted
The Data Analysis Support Services (DASS) Performance Work Statement outlines the requirements for a contract to provide analytical support to the U.S. Army Housing Division. The contract aims to improve the Army Housing Program by ensuring quality, affordable housing for Soldiers and their Families. The contractor is responsible for supplying personnel, equipment, and services for data analysis connected to the Army's housing inventory using various Department of Defense and Army data systems. Key service objectives include data analysis, technical updates, and generating reports to assist in strategic planning and budgeting for military housing. The contract spans one base year with four optional extensions, emphasizing quality control measures and compliance with federal security regulations. The contractor must maintain adequate staffing levels and may need to provide personnel on-site, along with ensuring adherence to training and security protocols. The document also details the necessary qualifications for key personnel and outlines the contractor's responsibilities regarding performance monitoring, meeting participation, and communication with government representatives. Overall, the DASS PWS highlights the Army's commitment to maintaining effective housing solutions for its members through informed data-driven decision-making.
Apr 1, 2025, 8:05 PM UTC
The Sources Sought Notice (SSN) released by the Office of the Deputy Chief of Staff G-9 pertains to a planned non-personal services contract aimed at providing data analysis and technical updates for the Army Housing Division. This initiative will utilize various DoD and Army Real Property data systems. The Government is seeking small businesses, including those in socio-economic categories such as 8(a) and Service-Disabled Veteran-Owned, to express their capabilities in meeting the specified requirements. The SSN serves as a request for information, not a solicitation for proposals or quotes, and emphasizes that the Government will not fund responses or return submissions. The anticipated contract involves a year-long base period and four option years, representing a follow-on requirement from a previous contract. Interested vendors must submit capability statements detailing their qualifications, experience, and the size of their business, along with answers to specific questions related to competition and capabilities. The North American Industry Classification System (NAICS) code proposed for the contract is 541611, with a size standard of $24.5 million. Responses are due by April 11, 2025. This SSN highlights the Government's intent to facilitate a competitive acquisition process while encouraging participation from small businesses.
Mar 31, 2025, 1:04 PM UTC
The document is a Sources Sought Notice from the U.S. Army's Deputy Chief of Staff G-9, seeking information from small businesses regarding their capabilities to provide data analysis and technical updates in Housing Facility Support Services. The proposed contract will involve working with various Army and DoD Real Property data systems, with an emphasis on encouraging diverse small business participation. The government plans for a base period of one year, with four optional years, and aims to evaluate industry interest before potentially releasing a formal solicitation. Interested firms must submit a capability statement addressing competition, experience, business size, previous work, relevant certifications, and staffing clearance levels by the specified deadline. The anticipated project correlates with NAICS code 541611, and the current contract information is provided for reference. This notice serves as a preliminary call for information and not as a commitment for future procurement or consultations. The Army encourages firms to identify any restrictions to competition within the procurement process, ensuring an inclusive approach to future acquisitions. Overall, the notice indicates a proactive effort by the Army to engage small businesses while maintaining compliance and effective service delivery within housing support services.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
SOURCES SOUGHT NOTICE - UNACCOMPANIED ENLISTED PERSONNEL HOUSING (UEPH) JOINT BASE MYER-HENDERSON HALL (JBMHH) VIRGINIA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking qualified contractors for the construction of Unaccompanied Enlisted Personnel Housing (UEPH) at Joint Base Myer-Henderson Hall in Virginia. The project involves constructing standard design barracks to accommodate 200 soldiers, including essential facilities such as cybersecurity measures, fire protection systems, and energy monitoring controls, while also ensuring compliance with Department of Defense standards for antiterrorism and sustainability. This opportunity is significant for contractors experienced in large-scale construction projects, particularly in urban settings, with an estimated contract value between $100 million and $250 million. Interested parties must submit their qualifications by 11:00 AM EST on May 7, 2025, to the designated contacts, Amber Rose and Tamara Bonomolo, via email.
U.S. Army Fire & Emergency Services (F&ES) Enterprise Wide Information Technology Cloud-Based Software License Solution & Ancillary Support Services
Buyer not available
The Department of the Army is seeking a contractor to provide a FedRAMP-compliant cloud-based software license solution and ancillary support services for its Fire & Emergency Services (F&ES) program, which operates across 273 fire stations. The contractor will deliver a Commercial-Off-the-Shelf (COTS) solution that includes setup, installation, training, and 24/7 help desk support, with the aim of standardizing data management, improving accessibility, and enhancing reporting capabilities across 109 F&ES organizations. This initiative is crucial for ensuring data security, real-time access to reports, and compliance with federal regulations, thereby modernizing the Army's emergency services capabilities. Interested parties must respond to the Sources Sought Notice by April 18, 2025, providing relevant company details and previous experience, with inquiries directed to Teresa Agostino at teresa.m.agostino.civ@army.mil or Angelic M. Hatcher at angelic.m.hatcher.civ@army.mil.
Control Systems Governance Office Technical and Program Support
Buyer not available
The Department of Defense, specifically the U.S. Army's Control Systems Governance Office (CSGO), is seeking qualified contractors to provide technical and program support services. The procurement focuses on management and professional services, including program support, data integration, and operational technology expertise, aimed at enhancing control systems governance and compliance within the Army. This opportunity is particularly significant as it aims to establish a small business set-aside, contingent upon receiving responses from two or more qualified small businesses, with an anticipated contract duration of one base year and three optional years. Interested parties must submit their capabilities statements by April 14, 2025, and can direct inquiries to Lexus Robinson at lexus.r.robinson2.civ@army.mil or Stephen Fuller at stephen.b.fuller4.civ@army.mil.
Solicitation for Fiscal Year 2025 Cost Analysis Support (CAS) Services Indefinite Delivery Indefinite Quantity (IDIQ)
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for Cost Analysis Support (CAS) services through an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Fiscal Year 2025. This contract aims to provide non-personal services for cost, economic, and technical analyses related to various weapon systems and acquisition programs across the Department of the Army, Department of the Navy, and United States Marine Corps. The total acquisition ceiling for this contract is approximately $83 million, and it will be awarded on a competitive basis with a focus on small businesses, utilizing Best Value Tradeoff Source Selection procedures that prioritize experience over price. Interested contractors should direct inquiries to Ashley Treier or Chardae Walton via their provided emails, and must ensure compliance with submission requirements outlined in the solicitation documents, including demonstrating relevant past performance and adhering to pricing guidelines.
Sources Sought Notice | G099 HUD-VASH Housing Support Specialist Services at SFVAHCS
Buyer not available
The Department of Veterans Affairs, Network Contracting Office 21, is seeking qualified vendors to provide Housing Support Specialist Services under the HUD-VASH program for the San Francisco VA Health Care System. The contractor will be responsible for delivering comprehensive housing support services, including personnel management, quality control, and collaboration with local non-profits to assist homeless veterans in securing stable housing. This initiative is crucial for addressing veteran homelessness and ensuring access to supportive services, with the contract expected to span five years from October 1, 2025, to September 30, 2030. Interested vendors must submit their responses detailing their capabilities by April 11, 2025, to Austin Mitts at austin.mitts@va.gov.
Army Community Support (ACS) & Family Advocacy Program (FAP) Support & Administrative Services for USAG Wiesbaden, Germany
Buyer not available
The Department of Defense is seeking proposals for support and administrative services for the Army Community Support (ACS) and Family Advocacy Program (FAP) at the United States Army Garrison (USAG) Wiesbaden, Germany. The contract will encompass non-personal services aimed at assisting military personnel, their families, and DoD civilians, including administrative support for the FAP and relocation services through ACS. This initiative is crucial for providing essential resources and support to military families, ensuring they have access to necessary services during transitions and in times of need. Interested contractors must submit their quotes by April 28, 2025, with the contract expected to commence around June 1, 2025. For further inquiries, potential offerors can contact Kathleen Balon at kathleen.balon.civ@army.mil or Aaron Ritter at aaron.m.ritter.civ@army.mil.
Title>ACC APG Installation & Technology Division (Formerly Tenant Division) Competitive/Fair Opportunity Industry Updates FY 2025
Buyer not available
The Department of Defense, through the Army Contracting Command - Aberdeen Proving Ground (ACC-APG), is providing updates on various competitive acquisition opportunities for fiscal year 2025. The focus of these opportunities includes minor construction, environmental services, software subscriptions, and logistics support for the US Army Garrison at Aberdeen Proving Ground, with significant contracts such as a five-year minor construction recompete valued at approximately $100 million and an environmental compliance contract estimated between $12 million and $15 million. These contracts underscore the government's ongoing need for diverse support services while emphasizing compliance with environmental standards. Interested vendors are encouraged to direct inquiries to Ms. Yadira Colon at Yadira.I.Colon.Civ@Army.Mil, and should note that all information is subject to change, with formal solicitations to follow in the upcoming fiscal quarters.
Indefinite Delivery Multiple Award Task Order Contract (MATOC), Defense Health Agency (DHA) Medical Treatment Facility (MTF) Operations and Maintenance (O&M) Services of Real Property
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Little Rock District, is seeking qualified contractors for an Indefinite Delivery Multiple Award Task Order Contract (MATOC) focused on Operations and Maintenance (O&M) services for Defense Health Agency (DHA) Medical Treatment Facilities (MTFs) across the Continental United States (CONUS) and Outside the Continental United States (OCONUS). The contract will encompass a range of services including preventive maintenance, inspection, and repair of various systems within healthcare facilities, such as HVAC, plumbing, and electrical systems, ensuring compliance with applicable codes and standards. This procurement is critical for maintaining operational readiness and safety in healthcare environments, with an estimated contract capacity of $480 million over five years, and individual task orders ranging from $5,000 to $60 million. Interested firms must respond to the Sources Sought announcement by April 13, 2025, and can direct inquiries to Sharon Kindall or Marcus Mitchell via email.
AIR FORCE READINESS ANALYSIS AND DECISION SUPPORT (AFRAADS)
Buyer not available
The Department of Defense, specifically the Air Force District of Washington, is seeking qualified vendors to provide analytical support services for the Air Force Readiness Analysis and Decision Support (AFRAADS) initiative. The primary objectives include assisting the Training and Readiness Directorate with predictive readiness analysis, readiness reporting, and strategic planning processes, while ensuring compliance with military readiness standards and facilitating communication with various governmental and military entities. This initiative is crucial for delivering accurate readiness assessments and influencing policy and budget decisions essential for the Air Force's operational efficiency. Interested parties must submit their Capability Packages by 5:00 PM Eastern Standard Time on April 10, 2025, to the designated contracting officers via email, with a focus on unclassified data and specific formatting requirements.
Solicitation NAFBA1-24-R-0024/Campus Style Dining Venue Concession IDIQ
Buyer not available
The Department of Defense, through the U.S. Army Installation Management Command, is seeking a qualified contractor to establish a Campus Style Dining Venue (CSDV) at five U.S. Army Garrisons, as outlined in solicitation NAFBA1-24-R-0024. The contractor will be responsible for financing, designing, constructing, and operating the dining facilities, which aim to enhance the dining experience for Soldiers and their families while promoting health and wellness initiatives. This procurement is crucial for modernizing dining services within military installations, ensuring compliance with Department of Defense nutritional guidelines and operational standards. Interested contractors should contact Leslie M. Perez at leslie.m.perez9.naf@army.mil or (520) 674-2370, with proposals due by April 25, 2025, at 4:00 PM CDT.