DoD OSC Federal Credit Program Legal Services Support
ID: AM010720251309Type: Sources Sought
Overview

Buyer

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

NAICS

Offices of Lawyers (541110)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 5:00 PM UTC
Description

The Department of Defense, through the Washington Headquarters Services, is seeking qualified vendors to provide legal services support for the Office of Strategic Capital (OSC) Credit Program. This procurement aims to attract private capital for critical technologies in national security, requiring comprehensive legal services such as due diligence, risk assessments, document drafting, and portfolio management over a five-year period. The anticipated contract value ranges from $180 million to $200 million, with interested firms required to submit a capabilities statement by April 18, 2025, detailing their qualifications and experience. For further inquiries, vendors can contact Jennifer N. Felt at jennifer.n.felt2.civ@mail.mil or Peter Polizzi at peter.m.polizzi.civ@mail.mil.

Point(s) of Contact
Files
Title
Posted
Apr 1, 2025, 8:05 PM UTC
The Performance Work Statement (PWS) outlines the framework for a legal services contract to support the Department of Defense's Office of Strategic Capital (OSC) Credit Program. This non-personal services contract is meant to attract private capital for crucial technologies in national security, involving financing assistance for construction and modernization efforts. The contractor is tasked with providing comprehensive legal services, including due diligence, risk assessments, document drafting, portfolio management, and closing support over a five-year period. Core responsibilities encompass evaluating legal documents, advising on collateral packages, securing necessary approvals, and managing various legal issues pertinent to the OSC’s financing activities. Ensuring adherence to quality control and compliance with governmental standards is critical, along with maintaining a suitable and qualified workforce. The contractor must navigate potential organizational conflicts of interest and maintain confidentiality concerning government records. The contract format will allow for multiple adjustments through task orders, with specific details fleshed out as project requirements evolve. Overall, this PWS focuses on enhancing OSC’s operational capabilities while safeguarding national interests in strategic technology investments.
Apr 1, 2025, 8:05 PM UTC
The document outlines special contract requirements for multiple award indefinite-delivery, indefinite-quantity (IDIQ) contracts supporting the Department of Defense Office of Strategic Capital (DoD OSC). It encompasses two categories of task orders: "At Cost," funded by the Federal Government, and "No Cost," where applicants pay contractors directly for services. The "No Cost" orders necessitate the execution of a sponsor payment letter, which defines the financial relationship and clarifies that contractors are to be compensated solely by the applicant and not by the Government. The letter must outline responsibilities for paying legal fees, affirm that attorney-client confidentiality is maintained with the Government, and specify that the applicant will not seek reimbursement from the Government for these fees. Contractors are responsible for submitting detailed monthly invoices to the Government for review before invoicing the applicant. The document emphasizes the importance of the Government's non-liability for contractor fees and the need for reasonable expenses tied to achieving DoD objectives. It also discusses the obligations related to engaging subcontractors and the attorney-client relationship concentrated solely between the Government and contractors. These requirements aim to ensure clarity and accountability in financial arrangements for legal services associated with financing transactions managed by the DoD OSC. The protocol reflects the Government's commitment to transparency and effective management of contractual obligations.
Apr 1, 2025, 8:05 PM UTC
The Washington Headquarters Services, on behalf of the Department of Defense Office of Strategic Capital, has issued a Sources Sought Notice as part of its market research for potential vendors to provide legal services support. This notice aims to assess the interest and capabilities of vendors, particularly small businesses, in delivering these services. The government anticipates awarding one or more indefinite delivery indefinite quantity contracts over five years, valued between $180 million and $200 million. Interested firms are requested to submit a capabilities statement by April 18, 2025, detailing their experience, expertise, and qualifications. The submission requirements include company identification, past contracts related to legal services, and potential subcontracting plans. Respondents must also indicate whether their services are commercially available and specify recommendations for NAICS codes and contract types. This Sources Sought Notice is strictly for information gathering and does not obligate the government to procure any services or products. The agency seeks to understand the landscape of service providers to better shape future solicitations.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
COST OF CAPITAL
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Atlantic, is seeking proposals for a contract titled "Cost of Capital." This opportunity involves the procurement of professional, scientific, and technical services under NAICS code 541990, which encompasses a broad range of support services. The selected contractor will be expected to fulfill the requirements outlined in the attached combined synopsis and solicitation documents. Interested parties can reach out to Lilibeth Colorado at lilibeth.g.colorado2.civ@us.navy.mil or by phone at 757-322-4919, or Linda Stein at linda.c.stein.civ@us.navy.mil or 757-322-4489 for further information.
SUPPORT SERVICES FOR ENGINEERING, ANALYSIS, PROGRAM SUPPORT, WEAPONS SURETY, POLICY, AND COMPLIANCE
Buyer not available
The Department of Defense, through the Strategic Systems Programs (SSP), is seeking capable contractors to provide support services for engineering, analysis, program management, weapons surety, policy, and compliance related to strategic weapon systems. The procurement aims to identify firms with expertise in nuclear weapons security, systems engineering, and program management, particularly in complex military projects, with a focus on delivering technical and administrative support across various locations. This initiative is critical for maintaining the effectiveness and security of U.S. nuclear deterrent capabilities, with a contract performance period anticipated from December 21, 2025, to December 20, 2030. Interested parties must submit detailed capability statements by May 2, 2025, to Righthero.Phillips@ssp.navy.mil, and are encouraged to demonstrate relevant past performance and qualifications.
Supply Chain Optimization Support (SCOS)
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is seeking qualified vendors to provide Supply Chain Optimization Support (SCOS) services for the AMCOM Logistics Center. The objective is to enhance Stock Availability service support for Non-Performance Based Logistics related to B-64 missile and B17 aviation Source of Supply systems, focusing on areas such as forecasting, demand planning, inventory management, and logistics. This opportunity is particularly significant as it aims to meet evolving mission needs through innovative and efficient supply chain solutions. Interested parties, especially Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit a one-page capabilities statement by 2 pm CST on August 1, 2025, to Jennifer L. McClure at jennifer.l.mcclure14.civ@army.mil, and must be registered in the System for Award Management (SAM) and hold Joint Certification Program (JCP) certification.
Outreach Support Services
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking responses from Women-Owned Small Businesses (WOSBs) for Outreach Support Services aimed at enhancing STEM education and workforce development initiatives. The procurement requires technical support services as outlined in the Draft Performance Work Statement (PWS), which includes tasks such as program evaluation, data management, and financial management of DoD's STEM programs, while ensuring compliance with federal regulations and maintaining data integrity. Interested firms must submit a Statement of Capabilities detailing their relevant experience and qualifications by 4:00 PM EST on May 9, 2025, to the primary contacts, Mr. William Creech and Ms. Mia Steele, via the provided email addresses.
OrCAD Software
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking to procure OrCAD x Professional software as part of the Tow Communication Buoy Program. This procurement includes essential software for the development of simulation and electronic circuits, as well as circuit board design, with a total contract value of $47 million for three primary software items and necessary maintenance services. The contract will be a Firm Fixed Price agreement, requiring that all items be Brand Name and delivered within one week post-award, with strict adherence to regulatory compliance and security protocols. Interested vendors must submit their responses to Jenny Tomeo at jenny.e.tomeo.civ@us.navy.mil by 6:00 PM EST on April 30, 2025, as phone inquiries will not be accepted.
Strategic Capabilities Office Broad Agency Announcement
Buyer not available
Solicitation DEPT OF DEFENSE Strategic Capabilities Office (SCO) is seeking research submissions for funding consideration in the five areas of technical interest. SCO is an organization within the Office of the Secretary of Defense that focuses on identifying, analyzing, and prototyping disruptive applications of new systems, unconventional uses of existing systems, and implementing emerging technologies to create operational strategic effects. The purpose of this Broad Agency Announcement (BAA) is to solicit research submissions for procurement contracts and Other Transaction (OT) agreements for research or prototypes. The BAA is issued under Federal Acquisition Regulation (FAR) parts 6.102(d)(2) and 35.016. The SCO aims to deliver capabilities in 3-5 years to address high priority operational and strategic challenges.
Protecting Army Modernization and Supply Chains- Commercial Solutions Opening (CSO)
Buyer not available
The Department of Defense, through the Army Contracting Command, is seeking innovative solutions to enhance cybersecurity within the Defense Industrial Base (DIB) as part of the Protecting Army Modernization and Supply Chains initiative. This opportunity invites proposals for automated cybersecurity measures that comply with critical standards such as NIST controls and Cybersecurity Maturity Model Certification (CMMC), aimed at supporting small businesses in mitigating cyber threats while ensuring the protection of intellectual property and secure access. The initiative is crucial for safeguarding defense technologies and ensuring the rapid delivery of military capabilities, with submissions accepted until March 6, 2030. Interested parties can contact the Army NCODE Team at usarmy.apg.acc.mbx.dc3oe-ncode-cso@army.mil for further information.
SAF/CDM Commercial Solutions Opening
Buyer not available
The Department of Defense, through the Secretary of the Air Force Concepts Development and Management (SAF/CDM), is soliciting innovative commercial solutions via the Commercial Solutions Opening (CSO) FA7146-21-S-C001. This initiative aims to acquire cutting-edge technologies and services that address defense-related activities, with a focus on closing capability gaps and enhancing technological advancements. The CSO follows a two-step process requiring interested vendors to first submit a White Paper for preliminary evaluation, with the open period for submissions lasting until September 1, 2025, and the final proposal submission deadline set for September 30, 2025. For further inquiries, interested parties can contact Kevin T. Adams at kevin.adams.20@us.af.mil or by phone at (301) 203-4766.
DF01 - JAGLink PowerApp Conversion Services
Buyer not available
The Department of Defense, specifically the Naval Supply Logistics Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified small businesses to provide JAGLink PowerApp Conversion Services. The objective of this procurement is to transition the existing JAGLink legal advisory application to a Microsoft Azure Power Apps solution while maintaining its current functionalities, necessitating extensive experience in SharePoint and Power Apps. This project is crucial for enhancing judicial support services within the Navy, ensuring compliance with technical and security standards during the migration process. Interested vendors must submit their quotations, including past performance documentation, by April 28, 2025, with the anticipated contract award date set for May 1, 2025. For further inquiries, vendors can contact Tierra Watson at tierra.k.watson.civ@us.navy.mil or call 757-443-1395.
Vendor-Specific Supply Chain Risk Information Licenses
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for four licenses of Vendor-Specific Supply Chain Risk Information Software to enhance risk identification and management within its supply chain operations. The software must provide comprehensive data on organizations, including financial health assessments, operational risks, and corporate hierarchies, ensuring informed decision-making in compliance with federal regulations. Proposals are due by 3:00 PM EST on April 28, 2025, and must be submitted via email to the primary contacts, Meredith Setterfield and Lisa Belew, at their respective email addresses. The anticipated award date for this contract is May 5, 2025.