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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    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
    Commander, Fleet Readiness Centers (COMFRC); Digital Group; Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements, and Software Lifecycle Support (ITPSS)
    Buyer not available
    The Department of Defense, through the Commander, Fleet Readiness Centers (COMFRC) Digital Group, is seeking information from qualified businesses regarding the Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements and Software Lifecycle Support (ITPSS). The procurement aims to support a large portfolio of IT solutions that facilitate Sustained Maintenance Planning (SMP) and MRO activities across the Naval Aviation Enterprise, requiring skilled personnel to manage approximately 20 to 25 concurrent complex business transformation projects. Interested businesses are encouraged to submit a capabilities statement by December 9, 2025, to Kalynn Jackson at kalynn.r.jackson.civ@us.navy.mil, with the anticipated contract type being a Commercial, Indefinite Delivery/Indefinite Quantity (IDIQ) contract, expected to be awarded around January 2027. The current incumbent contractor is Deloitte, and the NAICS code for this opportunity is 541511, Custom Computer Programming Services.
    Internal Resource Management Application – Enterprise Resource Database Support
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), intends to award a sole source contract for the Internal Resource Management Application – Enterprise Resource Database Support to Quality Management Systems, Inc. This procurement is aimed at continuing the services currently provided under Contract Number HQ0034-20-F-0091, which are set to conclude on January 18, 2026, and is justified under FAR 6.302-1(a)(2)(iii) due to the necessity of having only one responsible source to meet the agency's requirements. Interested parties should note that this is a Special Notice and not a Request for Proposal (RFP), and inquiries regarding the solicitation will not be entertained. For further information, contact Jacqueline Patierno at jacqueline.t.patierno.civ@mail.mil or Daniel Baskin at daniel.a.baskin.civ@mail.mil.
    Case Development Modernization (CDM) and Case Lifecycle Task Management & Document Repository
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is hosting an Industry Day focused on the modernization of the Defense Security Assistance Management System (DSAMS) and the enhancement of Case Lifecycle Task Management and Document Repository. The initiative aims to replace the outdated DSAMS with a more efficient system that adheres to modern software practices, improves workflow transparency, and automates the tracking of Security Cooperation tasks related to Foreign Military Sales (FMS) documentation. This modernization is critical for ensuring compliance with operational and cybersecurity requirements while consolidating data management into a single, cloud-hosted database. Interested companies must register by December 12, 2025, for the Industry Day scheduled for December 19, 2025, with attendance limited to 30 participants. For further inquiries, contact Darrell Joy at darrell.l.joy2.civ@mail.mil.
    Enterprise Occupation Structure and Standards Development Support Services
    Buyer not available
    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.
    AbilityOne DOW Contract Management Services
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), intends to award an indefinite delivery-indefinite quantity (IDIQ) contract for contract management services to the National Industries for the Blind (NIB) under the AbilityOne program. This procurement aims to provide essential support for contract closeout services, including the deobligation of Unliquidated Obligations (ULOs) and Undelivered Orders (UDOs), as well as other administrative functions related to contract completion and closeout. The services are crucial for ensuring efficient management of contracts across various contracting activity organizations within the Department of War. Interested parties can reach out to Jonathan Bertsch at jonathan.bertsch@whs.mil or Fedline Crowell at fedline.crowell.civ@mail.mil for further information regarding this presolicitation notice.
    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.
    Research, Development, Test and Evaluation (RDT&E) Engineering and Technical Support (RETS)
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking information from firms capable of providing Research, Development, Test, and Evaluation (RDT&E) Engineering and Technical Support (RETS) as part of a Sources Sought Notice. The procurement aims to identify potential contractors who can deliver expertise in seven critical areas, including mission engineering, systems engineering, software engineering, prototyping, modeling & simulation, operations research, and data management, all vital for U.S. security initiatives. This opportunity is particularly significant as it may lead to a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract valued between $1.0 billion and $1.7 billion, with an anticipated award date in August 2026. Interested parties must submit their capability statements by December 10, 2025, and can contact Aubrey McKinney or Matthew Wetzel for further information.
    Integrated Security Services Contract 5 (ISSC)
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking vendors for the Integrated Security Services Contract 5 (ISSC) to provide comprehensive electronic and physical security systems for various DoD facilities. This non-personal services contract is structured as a Firm Fixed Price Performance Based Indefinite Delivery/Indefinite Quantity (IDIQ) with a potential value not to exceed $475 million and a performance period of up to ten years, focusing on maintaining, repairing, installing, and supporting security systems such as access control, intrusion detection, and video surveillance. Interested firms must possess a Top Secret Facility Clearance and submit capability statements by December 12, 2025, detailing their administrative information, technical capabilities, and subcontracting plans. For further inquiries, vendors can contact Saba Samuels at saba.samuels.civ@mail.mil or Roya Sterner at roya.m.sterner.civ@mail.mil.
    Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) Contracts for Leasing Multi-Functional Devices (MFDs) for Navy Marine Corps Intranet (NMCI)
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking qualified sources for Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contracts to lease Multi-Functional Devices (MFDs) and associated services for the Navy Marine Corps Intranet (NMCI). The procurement aims to provide MFDs, accessories, and office document devices, along with installation, maintenance, training, and network security services for a period of up to 60 months at a flat rate. These contracts are crucial for ensuring efficient document management and operational support within the Department of the Navy. Interested companies must submit a capabilities package by December 12, 2025, and direct any questions by November 14, 2025, to the designated contacts, Matthew O’Brien and Jennifer DeWease, via their provided emails.
    Department of War (DoW) Public Website Program and Services
    Buyer not available
    The Department of Defense, through the Defense Media Activity (DMA), is seeking industry input for the Department of War (DoW) Public Website Program and Services, aimed at modernizing public-facing websites. This initiative requires a turnkey web application solution that operates within a DoD Joint Warfighting Cloud Capability, ensuring compliance with the 21st Century Integrated Digital Experience Act (IDEA), Section 508 of the Americans with Disabilities Act (ADA), and the United States Web Design System (USWDS). The selected solution will enhance usability, accessibility, and cybersecurity while integrating with the DoW Digital Asset Management System (DAMS) and providing user-friendly content management tools with AI features. Interested vendors must submit their capabilities summaries and budgetary estimates by October 24, 2025, and participate in industry days scheduled for November 4-5, 2025. For further inquiries, contact Thomas Brown at thomas.j.brown314.civ@mail.mil or 301-222-6908.