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
    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
    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.
    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.
    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
    Similar Opportunities
    IM&T Program, Project, Data Management, Business Intelligence Support Services and Software Development & Sustainment Indefinite Delivery/Indefinite Quantity (IM&T IDIQ)
    Dept Of Defense
    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.
    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.
    Office of Small Business Programs Support Services - Amend 7
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for the Office of Small Business Programs Support Services. The contract aims to provide comprehensive operational and management support, including business execution, strategic communication, and mentor-protégé program support, with a total award amount of up to $24,500,000. The performance period is set to begin in January 2026, lasting for one base year with four additional option years extending through January 2031. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil or Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.
    International Legal Support Services (ILSS) IDIQ Suite
    United States International Development Finance Corporation
    The United States International Development Finance Corporation (DFC) is seeking proposals for the International Legal Support Services (ILSS) through a multiple-award Indefinite Delivery, Indefinite Quantity (IDIQ) suite of contracts. The procurement aims to provide non-personal legal support services across four categories: Finance, Investment Funds, Direct Equity, and Political Risk Insurance, which will assist the DFC's Office of General Counsel and other U.S. Government entities. This initiative is crucial for ensuring effective legal support in international transactions, with a total ceiling amount of $200,000,000 over a five-year period. Interested contractors must demonstrate capability in at least one service category and are encouraged to contact Remi Eggers at remi.eggers@dfc.gov or Melissa Hergenrader at melissa.hergenrader@dfc.gov for further details regarding the solicitation process.
    Advanced Cyber Effects for Strategic Operations (ACESO)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking white papers for the Advanced Cyber Effects for Strategic Operations (ACESO) program under the Advanced Research Announcement (ARA) FA8750-25-S-7005. This initiative aims to develop cyber operations prototypes that can be transitioned into operational DoD platforms to enhance superiority in the Cyber Domain, focusing on technologies such as assured and zero-trust infrastructure, Command, Control, Communications, Computers, and Intelligence (C4I), and Offensive Cyber Operations. With an estimated total funding of approximately $950 million, individual awards are expected to range from $10 million to $50 million, with the potential for awards up to $99.98 million, and the program is open for submissions until July 10, 2030. Interested parties should direct technical inquiries to Tanya Macrina at AFRL.RI.ACESO@us.af.mil and business inquiries to Amber Buckley at Amber.Buckley@us.af.mil.
    Office of Military Commissions (OMC) Case Analysis and Investigative Support
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services, is seeking to procure case analysis and investigative support services for the Office of Military Commissions (OMC). The contractor will be responsible for providing all necessary personnel, equipment, and materials to support courtroom and case preparation, ensuring compliance with the standards outlined in the Performance Work Statement (PWS). This procurement is critical for ongoing military commission cases, including high-profile matters such as the 9/11 case and the USS COLE bombing, where the expertise and security clearances of the personnel are essential to avoid delays in national security litigation. The contract, valued at approximately $3.9 million, is a sole-source bridge extension to General Dynamics Information Technology, Inc. (GDIT), with the current contract set to expire on May 10, 2023, and a long-term solution anticipated by November 2023. Interested parties may contact Shacasia King at shacasia.t.king.civ@mail.mil or 571-574-0406 for further information.
    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.
    DARPA's Commercial Solutions Opening (DCSO) for Commercial Strategy
    Dept Of Defense
    The Defense Advanced Research Projects Agency (DARPA) is soliciting proposals under its Commercial Solutions Opening (DCSO) for transitioning and commercializing innovative solutions derived from DARPA-funded research and development efforts. The primary objective is to close military and civilian capability gaps by leveraging commercial solutions, with a particular focus on the Embedded Entrepreneur Initiative (EEI), which funds entrepreneurs to assist in commercialization efforts. This initiative is crucial for enhancing national security and economic growth by bridging the gap between innovation and practical application. Proposals are due by April 30, 2026, and must adhere to the updated solicitation requirements, including a detailed Statement of Work and pricing documentation. Interested parties can contact Melissa Ramirez at DARPACSO@darpa.mil for further information.
    Legal services ongoing maintenance and enforcement of settlement agreements and judgments already obtained by DFC
    United States International Development Finance Corporation
    The United States International Development Finance Corporation (DFC) is seeking to award a sole source contract for legal services related to the ongoing maintenance and enforcement of settlement agreements and judgments previously obtained by the agency. The contract will encompass a firm-fixed price arrangement with a base year of 12 months and an option for an additional 12 months, emphasizing the need for specialized legal expertise in this area. This procurement is being conducted under Simplified Acquisition Procedures, allowing for sole source procurement when only one responsible source can fulfill the requirements. Interested parties are invited to submit capability statements by December 22, 2025, at 3:00 PM Eastern Time to Remi Eggers at remi.eggers@dfc.gov, as the government will consider these submissions in determining whether to pursue competitive procurement in the future.
    Legal and Advisory Support Services (Final RFP)
    Energy, Department Of
    The U.S. Department of Energy (DOE) is seeking proposals for professional legal and advisory services through Solicitation Number 89303025RGC000002, aimed at supporting its Office of the General Counsel (OGC). The procurement involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a ceiling value of $50 million over a five-year ordering period, covering various legal areas such as energy law, litigation support, and intellectual property. This opportunity is critical for ensuring the DOE receives expert legal guidance necessary for its operations and compliance with federal regulations. Proposals are due by January 15, 2026, at 2:00 PM EST, and interested parties can contact Lars Hankin at lars.hankin@hq.doe.gov or Sang Han at sang.han@hq.doe.gov for further information.