U.S. Army Intelligence and Security Command ( INSCOM) Combined Joint Task Force-Operation Inherent Resolve (CJTF-OIR) Intelligence Support Services Contract (CISSC)
ID: W911W421C0001Type: Justification
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW4GG HQ US ARMY TACOMDETROIT ARSENAL, MI, 48397-5000, USA

PSC

SUPPORT- PROFESSIONAL: INTELLIGENCE (R423)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Intelligence and Security Command (INSCOM), is seeking contractors to provide Intelligence Support Services for the Combined Joint Task Force-Operation Inherent Resolve (CJTF-OIR). The contractor will be responsible for supplying personnel, supervision, equipment, and other necessary resources to ensure uninterrupted intelligence and security support services in the Combined Joint Operating Area (CJOA), as outlined in the Performance Work Statement (PWS). This contract is critical for maintaining operational effectiveness in the region, emphasizing the importance of reliable intelligence support in military operations. Interested parties can reach out to Brent Vergauwen at brent.k.vergauwen.civ@army.mil or call 571-588-9274 for further details regarding this opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    Similar Opportunities
    Central Command (CENTCOM) PARTNER INTEGRATION ENTERPRISE (CPIE)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractor support for the Central Command (CENTCOM) Partner Integration Enterprise (CPIE) initiative. This task order aims to provide essential services including Imagery Intelligence Analysis, Full Motion Video (FMV) Monitoring and Screening, Information Technology support, and Logistics support to intelligence operations for CENTCOM and its subordinate Combatant Commands, including SOCCENT TSOC operations. The services are critical for enhancing operational effectiveness and intelligence capabilities in the region. Interested contractors can reach out to Brent Vergauwen at brent.k.vergauwen.civ@army.mil or call 571-588-9274 for further details regarding this opportunity.
    JEFO 23-023 Operation Enduring Welcome - CENTCOM
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide continued Base Life Support (BLS) services at Camp As Sayliyah (CAS), Qatar, under the Logistics Civil Augmentation Program (LOGCAP) V for the Operation Enduring Welcome mission. This procurement aims to support the U.S. Department of State's efforts in facilitating the integration of Afghan Special Immigrant Visa (SIV) applicants and their families, as well as other at-risk Afghan civilians. The services are critical for ensuring the well-being and logistical support of individuals during their transition and integration processes. Interested parties can reach out to Alexis Crotty at alexis.k.crotty.civ@army.mil or Michelle Talbot at michelle.m.talbot2.civ@army.mil for further details regarding this opportunity.
    Joint Program Executive Office for Chemical, Biological, Radiological, and Nuclear Defense (CBRND) Operational Support (JCOS)
    Buyer not available
    The Department of Defense, specifically the Joint Program Executive Office for Chemical, Biological, Radiological, and Nuclear Defense (JPEO CBRND), is seeking operational support services through a Request for Information (RFI) for the Joint Program Executive Office for Chemical, Biological, Radiological, and Nuclear Defense (JCOS). The objective is to transition from reliance on external consultants to integrated operational support, enhancing capabilities in areas such as Test & Evaluation, Strategic Communications, and CBRN Medical Support, in alignment with Executive Order 14222 aimed at improving government efficiency. This initiative is critical for bolstering the Department's ability to manage defense capabilities against CBRN threats, with a contract period starting from March 23, 2026, through March 22, 2031, including a base year and four option years. Interested parties must submit their responses by 5 p.m. ET on December 9, 2025, to the primary contact, Peter W. Stahley, at peter.w.stahley.civ@army.mil, or the secondary contact, Eric Y. Jun, at eric.y.jun.civ@army.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.
    Project Manager Terrestrial Sensors (PM TS) Market Research for Enterprise Command & Control (C2) Capabilities for Air and Ground C5ISR Systems
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking information through a Request for Information (RFI) regarding Command-and-Control (C2) capabilities for integration with Ground and Air platforms within the Project Manager Terrestrial Sensors (PM TS) portfolio. The RFI aims to gather insights on novel and mature Technology Readiness Level (TRL) 8-9 C2 software technologies that are platform-agnostic, enhancing situational awareness and informing future investments in C2 and C5ISR systems. Interested parties are required to submit a Capability Statement, not exceeding 10 pages, by December 15, 2025, detailing their company information, past experience, and proposed C2 solutions, with the response due date for the RFI set for January 5, 2026. For inquiries, contact Thao Trinh at thao.h.trinh.civ@army.mil or Rosetta Wisdom-Russell at rosetta.wisdom-russell.civ@army.mil.
    USSOCOM Cybersecurity Services - Bridge
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking cybersecurity support services to enhance its operational capabilities. This procurement aims to provide essential cybersecurity services that ensure compliance and security within the IT and telecom sectors, specifically tailored for USSOCOM's unique operational environment. The services are critical for maintaining the integrity and security of sensitive information and systems used by the Department of Defense. Interested vendors can reach out to Regina Farrell at regina.farrell@socom.mil or call 813-826-7170 for further details regarding this opportunity.
    Locally Employed Person Screening Teams (LEPST) & Human Resource Management Bridge
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, has awarded a sole source task order for the Locally Employed Person Screening Teams (LEPST) and Human Resource Management Bridge to ITA International, LLC. This procurement aims to provide essential support services for the Air Force Office of Special Investigation (AFOSI) 2d Field Investigation Region (2 FIR) in the USAFCENT Area of Responsibility, ensuring the continuation of mission-critical operations related to counterintelligence and counter-terrorism efforts. The awarded Firm-Fixed Price Level of Effort task order, valued under the NAICS Code 541611, is crucial for maintaining operational capabilities in response to ongoing threats to the Air Force and U.S. Government. For further inquiries, interested parties may contact Crystal Luterman at crystal.luterman.1@us.af.mil or Michael Krewinghaus at michael.krewinghaus@us.af.mil.
    IM&T Program, Project, Data Management, Business Intelligence Support Services and Software Development & Sustainment Indefinite Delivery/Indefinite Quantity (IM&T IDIQ)
    Buyer not available
    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.
    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.
    TCIU Case Management and Knowledge Management Support Services Redacted LSJ
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to procure case management and knowledge management support services through a sole-source contract with CSRA. This procurement is justified under the Federal Acquisition Regulation (FAR) due to CSRA being the only responsible source capable of meeting the agency's requirements, as confirmed by continuous market research indicating no viable alternatives for the I2G software. The contract is critical for maintaining the functionality and support of the I2G system, which has previously transitioned from competitive bidding to a sole-source acquisition based on the unique capabilities of CSRA products. Interested parties can reach out to Colleen Paglio at colleen.m.paglio.civ@army.mil or Wendella Baptiste at wendella.a.baptiste.civ@army.mil for further information regarding this opportunity.