Triton TO2 SIS
ID: HM047624Q0032_RFQ1742017Type: Special Notice
Overview

Buyer

DEPT OF DEFENSE

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- MANAGEMENT: OTHER (R799)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense is seeking proposals for the Triton Task Order 02 under the OASIS+ Small Business Pool-1, as posted on GSA eBuy. This procurement focuses on administrative management and general management consulting services, which are critical for supporting various defense operations. Interested vendors must submit their questions by February 7, 2025, at 1:00 p.m., and can find additional details and attachments on the unclassified ARC website. For further inquiries, potential bidders may contact Alexis Patillo at Alexis.B.Patillo@nga.mil or Mrs. Bernie Williams at Bernie.C.Williams@nga.mil.

    Point(s) of Contact
    Mrs. Bernie Williams
    Bernie.C.Williams@nga.mil
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Triton TO2 SIS
    Currently viewing
    Special Notice
    Similar Opportunities
    Request for Proposals (RFP) for TRADOC Deputy Chief of Staff for Intelligence (G-2) Operational Environment (OE) and Core Functions
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command at Fort Eustis, Virginia, is soliciting proposals for operational environment and core functions support services for the U.S. Army Training and Doctrine Command (TRADOC) Deputy Chief for Intelligence (G-2). The procurement aims to enhance intelligence operations by providing non-personal service support, including a 30-day phase-in period, base year services, and optional extensions through four additional years. This initiative is critical for understanding and analyzing operational variables impacting military engagements, ensuring the contractor adheres to stringent federal contracting standards. Interested small businesses must submit their proposals by the specified deadline, and inquiries can be directed to Mackensy Beckwith or Curtis M. Arthur via their provided email addresses.
    Technical Acquisition and Contracting Support (TACS)
    Dept Of Defense
    The Missile Defense Agency (MDA) of the Department of Defense is preparing to issue a solicitation for Technical Acquisition and Contracting Support under a special notice. This procurement will utilize the General Services Administration’s (GSA) OASIS+ Best-in-Class Indefinite Delivery Indefinite Quantity Multi-Agency Contract, specifically set aside for small businesses within the Management & Advisory domain. The services sought are critical for supporting the MDA's mission, and the Draft Fair Opportunity Proposal Request (DFOPR) is expected to be released on January 31, 2025, with a closing date of February 14, 2025, for industry questions. Interested vendors should monitor GSA eBuy for updates and can reach out to Kimberly McGough or Raveen Long for further inquiries.
    Strategic Management Consulting
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Port Hueneme Division (NSWC PHD), is seeking qualified small businesses to provide strategic management consulting services aimed at enhancing its strategic planning and performance management capabilities. The contractor will be responsible for developing a Customized Strategic Management Performance System, which includes a comprehensive 10-year strategic plan, annual operational plans for 2025 and 2026, and a performance monitoring system, while also ensuring alignment with Department of Defense priorities. This initiative underscores the importance of strategic transformation within the organization and requires contractors to have significant experience in strategic performance management, including certified personnel and security clearances. Interested vendors must submit their quotes electronically by 3:00 PM Pacific Standard Time on February 20, 2025, and can direct inquiries to Demi DeGarmo or Arthur P Wynn via their provided email addresses.
    Operational Support Services for Ocean Testing
    Dept Of Defense
    The Department of Defense, specifically the Naval Undersea Warfare Center Division in Newport, Rhode Island, is soliciting proposals for operational support services related to ocean testing under solicitation N6660425R0055. The contract aims to provide comprehensive logistics and operational services, including the mobilization of vessels, operation of aircraft, and management of specialized equipment for various at-sea tests supporting Navy and Department of Defense projects globally. This initiative is crucial for enhancing undersea warfare capabilities and is expected to facilitate approximately 12-15 projects annually, primarily in U.S. coastal waters but potentially extending abroad. Interested contractors should direct inquiries to Suzanne Morgera at suzanne.e.morgera.civ@us.navy.mil or Chelsea Isherwood at chelsea.a.isherwood.civ@us.navy.mil, with a small business size standard of $19 million applicable to this opportunity.
    Endeca (Oracle) for TRADOC Annual Renewal
    Dept Of Defense
    The Department of Defense, specifically the Mission and Installation Contracting Command at Fort Eustis, Virginia, is seeking proposals for the annual renewal of the Endeca (Oracle) Information Access Platform for the Training and Doctrine Command (TRADOC) G-37. This procurement is a brand name requirement, intended to continue the services provided under purchase order W911S024P0009, and is classified under the NAICS code 541512 for Computer Systems Design Services. The successful contractor will be selected based on the lowest price among technically compliant bids, with a focus on authorized resellers of the specified brand. Interested parties should refer to the "Combined Synopsis and Solicitation (Endeca)" attachment for detailed submission instructions and compliance requirements, and may contact Victoria Claytor or Hattie Brown via email for further inquiries.
    58--TOWED BODY,SONAR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of 16 units of Towed Body Sonar, classified under the NAICS code 334290 for Other Communications Equipment Manufacturing. The contract requires adherence to various quality assurance standards, including ISO9002, and mandates that all items meet specific inspection and acceptance criteria as outlined in the solicitation. This equipment is critical for underwater sound applications, supporting naval operations and ensuring effective maritime capabilities. Interested vendors must submit their proposals electronically to Amber Wale at AMBER.L.WALE.CIV@US.NAVY.MIL by the extended deadline of February 5, 2025, and are encouraged to provide detailed pricing and delivery information as part of their submission.
    NAVSUP Strategic Transformation
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE NAVSUP Strategic Transformation: The Department of Defense, specifically the Department of the Navy, is seeking strategic contractor services to assist with transformation efforts. This multiple award, firm fixed price contract will support non-personal services that address challenges affecting NAVSUP and the Department of the Navy. The contract will focus on major engagement areas such as cross command supply chain reform, logistics response time reduction, supply chain and logistics technology, and enterprise transformations. The contract will be for a five-year ordering period and will require a Small Business Subcontracting Plan. Interested contractors can download the complete Request for Proposal (RFP) package from the beta.SAM website starting on or around March 15, 2021.
    Headquarters Air Force (HAF) Support Services to the Secretary of the Air Force Office of Business Transformation (SAF/MG)
    Dept Of Defense
    The Department of Defense is seeking small businesses to provide support services to the Secretary of the Air Force Office of Business Transformation (SAF/MG) at the Pentagon. The objective is to identify capable contractors who can recruit and retain professional services personnel to support a wide range of administrative and management consulting services. This initiative is crucial for ensuring effective support to senior personnel within the Air Force and Space Force, with the intent to establish a multiple award indefinite delivery vehicle (IDV) for streamlined acquisition. Interested parties must submit their capability statements by 3:00 PM EST on February 7, 2025, to the primary contact, Tyler Bender, at tyler.bender.2@us.af.mil, or the secondary contact, Sheryl King, at sheryl.king@us.af.mil.
    Corporate Operations Support Services
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is soliciting proposals for Corporate Operations Support Services (COSS) under solicitation number N6133125R0001. The contract aims to provide comprehensive support services, including infrastructure management, corporate communications, risk management, and office support, with a performance period of up to 60 months. This procurement is critical for ensuring operational efficiency and compliance with Department of Defense standards, emphasizing the importance of safety, data management, and regulatory adherence. Interested contractors, particularly those eligible under the 8(a) set-aside program, should direct inquiries to Annabelle Tiller or Kristin Shaw at the provided email address, with proposals due following the specified guidelines in the solicitation documents.
    INSCOM Engineering and Technical Assistance (ETA)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Intelligence and Security Command (INSCOM), is soliciting proposals for Engineering Technical Assistance (ETA) services under a total small business set-aside contract. The procurement aims to secure qualified contractors to provide personnel and supervision for ETA, focusing on operational support, capabilities planning, and future integration efforts within INSCOM, with no direct government supervision involved. This contract is critical for enhancing operational readiness and adapting to evolving challenges, with a duration of one base year and four option years, requiring contractors to have a Top Secret Facility Level Clearance upon proposal submission. Interested parties must submit their proposals by March 3, 2025, and direct any inquiries to Jeremy D. McVicar at jeremy.d.mcvicar.civ@army.mil or Miles Beaudoin at miles.a.beaudoin.civ@army.mil.