Bus Ops Bridge
ID: HQ0034230043Type: Justification
Overview

Buyer

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

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Department of Defense, through the Washington Headquarters Services, is seeking a bridge contract with Avantus Federal LLC for Systems Engineering and Technical Assistance (SETA) Support for the BusOps office. This procurement aims to provide essential technical, analytical, financial, administrative, and specialized support to facilitate the execution of various programs, strategies, and budget processes, including financial management, human resources, communications, legislative affairs, and more. The current contract is set to expire on April 30, 2023, and a full and open competitive acquisition for the follow-on requirement is anticipated to be awarded in the fourth quarter of Fiscal Year 2023. Interested parties can reach out to Sharon Hilton at sharon.a.hilton.civ@mail.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Bus Ops Bridge
    Currently viewing
    Justification
    Similar Opportunities
    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.
    Army Enterprise Service Management Platform (AESMP) System Engineering and Technical Assistance (SETA) Support Bridge
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command of Rock Island, is awarding a firm fixed price sole source contract to OBXTEK for continued support of the Army Enterprise Service Management Platform (AESMP) through System Engineering and Technical Assistance (SETA). This procurement aims to ensure ongoing technical support and management for the AESMP, which is critical for the Army's operational efficiency and service management capabilities. The justification for this sole source contract is detailed in the attached Justification and Approval (J&A) document, which outlines the rationale for not pursuing competitive bidding for this bridge action. For further inquiries, interested parties can contact Alex Hatlestad at alex.j.hatlestad.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.
    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.
    Technology Support Branch (TSB) Engineering Support Services Bridge Extension
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking engineering support services for the Technology Support Branch (TSB) under a contract titled "TSB Engineering Support Services Bridge Extension." This contract aims to provide program management, engineering, and operations support for the migration and sustainment of the J6 Solution Delivery Division (SDD) legacy systems while the replacement Technology Lifecycle Support (TLS) contract is finalized. The services are critical for ensuring the continuity and effectiveness of the DHA's technological operations during this transitional period. Interested parties can contact Leslie Nelson at leslie.s.nelson7.civ@health.mil or 703-681-4267, or Erwin Rivera at erwin.rivera.civ@health.mil or 703-681-4300 for further information.
    Office of Small Business Programs Support Services - Amend 6
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for the Office of Small Business Programs Support Services under a Women-Owned Small Business (WOSB) set-aside. The contract aims to provide comprehensive operational and management support for the DHA's Office of Small Business Programs, including business execution, strategic communication, and mentor-protégé program support. This initiative is crucial for enhancing small business participation in defense acquisitions and ensuring compliance with relevant regulations. The contract, valued at up to $24,500,000, will have a base period from January 5, 2026, to January 4, 2027, with four additional one-year options, and proposals are due by December 19, 2025. Interested parties should direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil and Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.
    TDD R&D Support Bridge OASIS Task Order
    Buyer not available
    The General Services Administration (GSA) is seeking to award a bridge task order for research and development (R&D) engineering services related to air and ground-based weapon system technologies. This procurement aims to provide continued support for identifying current threats and system vulnerabilities, as well as developing solutions for the Technology Development Directorate (TDD) of the Combat Capabilities Development Command, Aviation and Missile Center (DEVCOM AvMC) located at Redstone Arsenal, Alabama. The task order will be structured as a Time and Materials (T&M) contract with a six-month base period and a six-month option to extend services, addressing a gap between the expiration of the current task order and the anticipated award date of a follow-on effort. Interested parties can contact April Trice at April.Trice@gsa.gov or by phone at 256-520-6716 for further details.
    Shuttle Services BPA
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for shuttle services under a Blanket Purchase Agreement (BPA) set aside for women-owned small businesses. The procurement aims to establish a five-year contract, with a maximum value of $5,000,000, to provide transportation services for employees within a 50-mile radius of the Carderock Division Headquarters in West Bethesda, Maryland, from January 1, 2026, to January 1, 2031. The contractor will be responsible for supplying a 15-passenger vehicle, a licensed and uniformed driver, fuel, maintenance, and necessary operating supplies, while adhering to specific safety and reporting requirements. Interested vendors must submit their quotes by December 15, 2025, at 12 PM EST, to Steven Besanko at steven.besanko@navy.mil, and will be evaluated based on a lowest price technically acceptable (LPTA) basis without discussions.
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Baltimore office, is seeking qualified architect-engineer firms for a Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC). This procurement aims to provide engineering services under a Total Small Business Set-Aside, allowing small businesses to compete for the contract, which is crucial for supporting various civil works projects. The anticipated solicitation issuance date is set for December 20, 2025, with additional time allocated for proposal submissions due to the holiday season. Interested parties can reach out to Evan Cyran at evan.m.cyran@usace.army.mil or 410-962-6037, or Sherry Rhoden at sherry.s.rhoden@usace.army.mil or 443-890-3871 for further information.
    Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
    Buyer not available
    The Department of Defense is seeking innovative approaches for its Bridge to Evolution STE TESS (BEST) Multi-Award Contract (MAC). The objective is to enhance and extend the functionality of the Army's tactical engagement simulation systems (TESS), aligning them with evolving training requirements. This procurement is divided into two lots. Lot 1 involves modifying existing TESS equipment to meet updated Army specifications, focusing on adaptability and future expansion. Lot 2 centers on developing and producing new TESS solutions, including dismounted, vehicle-mounted, and shoulder-launched munition systems. The government seeks to integrate emerging STE LTS TESS technology with the existing MILES TESS ecosystem, encouraging vendors to propose adaptable procedures and processes. The scope of work encompasses software and hardware modifications, production and delivery of TESS kits, and integration with the STE LTS TESS platform. The government aims to foster competition by avoiding solution-specific proposals and encouraging creativity in meeting the outlined objectives. Potential offerors are invited to provide feedback on the Draft Request for Proposal (DRFP), which outlines the requirements, Statement of Work (SOW), and evaluation criteria. The government seeks to revise and finalize the RFP based on industry responses, emphasizing efficiency and the removal of unnecessary requirements. Offerors should possess the capabilities and expertise to modify and produce TESS solutions, with a focus on past performance and technical merit. The contract is anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ) vehicle, attracting multiple awardees. The primary contact for this opportunity is Gloria Susie Hoybach, with additional inquiries directed to Roberto J. Gotay and Rafael A. Manzano. The deadline for feedback submission is 12:00 PM EST on 3rd June 2024, with the government aiming to release the final RFP shortly afterward. For this BEST MAC initiative, the Army seeks adaptable and cost-effective TESS solutions, leveraging industry feedback to shape the acquisition process.