IM&T Program, Project, Data Management, Business Intelligence Support Services and Software Development & Sustainment Indefinite Delivery/Indefinite Quantity (IM&T IDIQ)
ID: LB112120251601Type: Sources Sought
Overview

Buyer

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of War, Washington Headquarters Services (WHS) Acquisition Directorate (AD), has issued a Sources Sought Notice for 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). This market research aims to identify qualified businesses, including small businesses, for a new requirement, as there is no procurement history for these services. WHS/AD anticipates a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract with an estimated value of $400M - $500M, a five-year ordering period, and a SECRET-level security clearance requirement. The anticipated NAICS code is 541511, “Custom Computer Programming Services.” Interested firms must submit capability statements by January 6, 2026, detailing their experience in Program and Project Management, Software Development, Software Sustainment, Data Management, and Business Intelligence, including employee retention, innovative approaches, and specific tools/methodologies.
    The Defense Security Cooperation Agency (DSCA) Information Management and Technology (IM&T) Directorate seeks qualified vendors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This contract aims to acquire comprehensive technical support across three key functional areas: Program and Project Management, Software Development and Sustainment, and Data Management and Business Intelligence. The DSCA IM&T is the central IT provider, responsible for modernizing digital infrastructure and business systems to support global Security Cooperation. The RFI intends to identify capable sources to provide technical, business planning, management, and support services, informing a future solicitation strategy. The contract will encompass on-site and off-site support for routine and surge requirements, utilizing Agile/Scaled Agile Program Management and DevSecOps best practices. Key responsibilities include managing IT initiatives, developing and maintaining software, integrating systems, and providing advanced data analytics and business intelligence to enable mission-driven decision-making and ensure data is treated as a strategic asset.
    The Defense Security Cooperation Agency (DSCA) Information Management and Technology (IM&T) has issued a Sources Sought Notice for market research purposes. This notice seeks to identify interested and capable vendors, including small businesses, to provide Program, Project, Data Management, Business Intelligence Support Services, and Software Development & Sustainment. The government anticipates awarding one or more indefinite delivery indefinite quantity contracts with a five-year ordering period. This is a new requirement with no prior acquisition history. Interested firms must submit capability statements by December 31, 2025, 1:00 PM EDT, via email. The statements should include company details, NAICS codes, small business designations, and responses to specific questions regarding experience in program/project management, software development (including DevSecOps and Low Code), and data analysis/business intelligence (including data governance and AI/ML tools). Additionally, firms are asked to recommend NAICS codes and contract types, state commercial availability of services, list current government contracts, identify GSA contract availability, recommend GWAC vehicles, provide contract details, and outline prime and subcontractor roles, including percentages for small business subcontracting. Submissions must be in Word or PDF format.
    Similar Opportunities
    USSOUTHCOM J2 EDA IDIQ
    Dept Of Defense
    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.
    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.
    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.
    DTRA CWMD Security Cooperation Engagement Program IDIQ
    Dept Of Defense
    The Defense Threat Reduction Agency (DTRA) is seeking contractors for the Countering Weapons of Mass Destruction (CWMD) Security Cooperation Engagement Program (CSCEP) through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This program aims to enhance the capabilities of partner nations in responding to Chemical, Biological, Radiological, and Nuclear (CBRN) incidents, thereby improving global national security. The contractor will be responsible for training, equipping, and supporting partner nations, including logistics management and event planning, with a focus on compliance with U.S. and international regulations. Interested parties should note that the solicitation will be released in the second quarter of fiscal year 2025, and inquiries can be directed to Jocelyn Fritz or Eric M Rode at the provided email address.
    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.
    Sources Sought CAPE EVAMOSC Platform Support -
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is conducting market research via a Sources Sought Notice for the Enterprise Visibility and Management of Operating and Support Cost (EVAMOSC) platform support. The objective of this procurement is to identify qualified and experienced businesses capable of sustaining and enhancing the EVAMOSC platform, which provides critical data-driven insights into major acquisition program costs for the Office of the Secretary of Defense Cost Assessment and Program Evaluation (OSD-CAPE). This platform is essential for fulfilling congressional requirements related to the analysis of operating and support costs for major weapon systems. Interested parties must respond by January 2, 2026, at 10:00 AM (Eastern Time), and submissions should demonstrate relevant experience and confirm a Secret Facility Clearance, with an estimated contract ceiling value of $75 million under NAICS code 541512 (Computer Systems Design Services). For further inquiries, contact Gervonna Crump-Williams at gervonna.b.crump-williams.civ@mail.mil or Ronica Shelton at ronica.l.shelton.civ@mail.mil.
    DSI WORKBENCH SOFTWARE MAINTENENCE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to maintain the DSI Workbench software under a non-competitive contract. This procurement is aimed at ensuring the continued functionality and support of the software, which is critical for business application and application development within the IT and telecom sectors. The Justification and Approval (J&A) posting indicates the importance of this software maintenance for operational efficiency. Interested parties can reach out to Adam Mitchell at adam.d.mitchell14.civ@us.navy.mil for further details regarding this opportunity.
    Tech & Info Tailored Logistics Support Program
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the Technology & Information Tailored Logistics Support Program (Tech & Info TLSP) under Solicitation Number SPE8EG-24-R-0001. This procurement aims to provide a range of technology and information-related products and incidental services to military commands, federal agencies, and other authorized DLA customers worldwide, with a focus on commercial products including advanced manufacturing and communication equipment. The contract will be structured as multiple Indefinite Delivery, Indefinite Quantity (IDIQ) awards over a seven-year term, with an estimated total value of $7.3 billion and a maximum ceiling of $11 billion. Interested parties must submit their proposals via DIBBS by January 14, 2026, and can contact Tiffany McFadden at tiffany.mcfadden@dla.mil for further information.
    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.
    Customer Care Prototyping - Commercial Solution Opening (Notice of Availability)
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking innovative solutions through its "Customer Care Prototyping 2025-2026" initiative, aimed at enhancing customer care within the Military Health System (MHS). This opportunity invites prototype projects under the authority of 10 U.S.C. § 4022, focusing on developing a foundational platform that prioritizes agile development, self-service support, and data-driven insights to improve mission effectiveness and customer sentiment while reducing costs. Interested vendors should monitor SAM for updates regarding submission instructions and evaluation criteria, with the first "Season Notice" expected in Q1 FY26. For inquiries, contact Gabriela Hurte at gabriela.y.hurte.civ@health.mil or Sonya Edom at sonya.m.edom.civ@health.mil.