Financial Management Services and Support (FMSS)
ID: PAN41024P0000000004Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0410 AQ HQ CONTRACTDORAL, FL, 33172-1202, USA

PSC

SUPPORT- ADMINISTRATIVE: OTHER (R699)
Timeline
    Description

    Sources Sought DEPT OF DEFENSE DEPT OF THE ARMY is seeking Financial Management Services and Support (FMSS) in Doral, FL (zip code: 33172), USA. This request for information is for market research and industry insight/capability purposes, specifically for 8(a) vendors. The services are required to support the J8 Directorate of SOUTHCOM in fulfilling their mission. The government is interested in gathering information from industry contractors that can meet the requirements outlined in the attached draft Performance Work Statement (PWS). The finalized PWS will serve as the official guide for proposal submission.

    Files
    Lifecycle
    Title
    Type
    Similar Opportunities
    DEPARTMENT OF STATE WORLDWIDE FACILITY MAINTENANCE SUPPORT SERVICES (FMSS)
    Buyer not available
    The U.S. Department of State is seeking qualified contractors to provide Worldwide Facility Maintenance Support Services (FMSS) for approximately 290 U.S. Embassies and Consulates globally. The procurement aims to ensure the safety, security, and functionality of around 20,500 properties through a range of services, including engineering support, project coordination, and facility management. This contract, structured as an indefinite-delivery, indefinite-quantity agreement with a ceiling price of $50 million, is crucial for maintaining operational integrity in international diplomatic environments. Interested parties should contact Jose Vasquez at vasquezj4@state.gov or call 202-445-3759 for further details, with proposals due by the specified deadlines.
    SCMD SCO Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for the SCMD SCO Support Services through a Sources Sought notice. This procurement aims to identify a responsible source capable of fulfilling the agency's needs as outlined in the attached Statement of Objectives (SOO) dated March 12, 2025, with an anticipated performance period of approximately one year. The services required fall under the NAICS code 541614, which pertains to Process, Physical Distribution, and Logistics Consulting Services, highlighting the importance of efficient logistics support in military operations. Interested parties are encouraged to submit a Capability Statement by March 19, 2025, via email to Angela Venes at angela.m.venes.civ@army.mil and Kathy Ward at kathleen.m.ward20.civ@army.mil.
    Recruiting Station - Armed Forces Career Center - Orlando, FL
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for a commercial storefront space of 5,552 to 6,940 gross rentable square feet in Orlando, Florida, to serve as an Armed Forces Career Center. The space must accommodate parking for approximately eighteen government vehicles and include a full-service lease covering utilities and janitorial services, with a lease term of five years and government termination rights. This procurement is crucial for establishing a functional and secure environment for military recruitment efforts, ensuring compliance with various operational and safety standards. Interested parties should submit their completed Proposal to Lease Space form and required documents to Ana Fraguada via email by 11:59 PM on March 21, 2025, and must be registered in the System for Award Management (SAM) prior to contract award.
    81st RD Facility Investment Services (FIS), Region G
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Charleston, is soliciting proposals for Facility Investment Services (FIS) in Region G. This procurement aims to secure comprehensive facilities support services, which are crucial for the effective operation and maintenance of various military installations. The selected contractor will be responsible for ensuring that facilities are maintained to the highest standards, thereby supporting the overall mission readiness of the Army. Interested parties can reach out to Andrea Skean at andrea.c.skean@usace.army.mil or call 843-329-8172 for further details, while Melissa Rada is also available at Melissa.S.Rada@usace.army.mil or 843-329-8015 for additional inquiries.
    99--Coastal Riverine Squadron FOUR Company (CRS 4 COM) operating in Panama 19 OCT through 13 DEC 2016
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking expeditionary logistics and life support services for the Coastal Riverine Squadron FOUR Company (CRS 4 COM) operating in Panama. This service is part of a larger U.S. Southern Command (SOUTHCOM) directed mission. The service includes small boat launch and recovery services, vehicles, cellular phones, international phone cards, bottled water, personnel and equipment transportation between operating sites. The mission will take place from 19 October through 13 December 2016. The Contractor will work closely with the Contracting Officer Representative (COR) to ensure effective completion of all services. The solicitation will be available around 16 SEP 2016 and contract award no later than 07 OCT 2016.
    ISS-J II Solicitation
    Buyer not available
    The Department of Defense, specifically the US Special Operations Command (USSOCOM), has issued a Combined Synopsis/Solicitation notice for the procurement of Intelligence Support Services - Joint II (ISS-J II). This acquisition is being offered for competition and is limited to eligible Service-Disabled Veteran-Owned Small Business (SDVOSB) participants. The service is typically used to provide intelligence support services to the government. The place of performance includes multiple locations in CONUS and OCONUS. Interested parties must meet certain eligibility requirements, including being a prime contractor that is a Service-Connected Disabled Veteran Owned Small Business with Top Secret Facilities Clearance, and having a subcontractor, partner, or teammate with Secret Safeguarding Capability. The solicitation will not be posted on FBO, and interested parties must complete a spreadsheet and submit it with the required supporting documentation to the listed points of contact. The solicitation is expected to be sent to verified eligible parties within the next 1-2 weeks. Questions or comments regarding the solicitation should be submitted in writing via email to the listed points of contact.
    JFHQ-DODIN Capability and Financial Management Requirement
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking small businesses to provide financial and capability management services for the Joint Force Headquarters - Department of Defense Information Network (JFHQ-DODIN). The primary objective of this procurement is to manage resources through the Planning, Programming, Budgeting, and Execution (PPBE) process, ensuring effective financial oversight, budget management, and capability lifecycle management in support of JFHQ-DODIN's mission. This opportunity is critical for maintaining operational standards in cyber defense and requires contractors to possess a Top Secret Facility Clearance due to the sensitive nature of the work. Interested parties must submit their qualifications by March 24, 2025, and can contact Becky Roth at Rebecca.A.Roth5.civ@mail.mil or 667-891-3159 for further information.
    Combined Synopsis/Solicitation for Non-Personal Commercial Lodging within a 30 miles radius from Homestead ARB, FL
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide non-personal commercial lodging accommodations within a 30-mile radius of Homestead Air Reserve Base (ARB), Florida. This procurement involves establishing multiple Blanket Purchase Agreements (BPAs) for single and double occupancy hotel rooms during training periods, with a focus on maintaining high-quality living conditions and compliance with specified standards. The awarded BPAs will have a performance period of up to five years, with a minimum order value of $1.00, and must adhere to General Services Administration (GSA) Per Diem rates. Interested contractors must submit a capability statement to Contract Specialist Tahj Guilford at Tahj.Guilford.2@us.af.mil by January 7, 2029, at 4:00 PM EST, to be considered for this opportunity.
    Sources Sought RFI For Market Research Purposes. For SAD-AF RMMR Program CEHNC2
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting a Sources Sought notice to identify qualified firms for the Fuels Recurring Maintenance and Minor Repair (RMMR) program. This initiative aims to ensure comprehensive maintenance and repair services for federal petroleum facilities, focusing on both Recurring Maintenance (RM) and Minor Repair (MR) to sustain the U.S. government's fueling capabilities. The program is critical for maintaining robust fueling operations that support national defense and compliance with relevant regulations. Interested firms are encouraged to submit their qualifications, including experience and small business designations, to the primary contact, Latandra S. Jones, at Latandra.S.Jones@usace.army.mil, by the specified deadline, as this notice is for market research purposes only and does not constitute a solicitation.
    Joint Air to Surface Standoff Missile Production and Development Support IDIQ 8
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide production and development support for the Joint Air to Surface Standoff Missile (JASSM) through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to enhance the capabilities and production processes associated with guided missile systems, which are critical for maintaining national defense and operational readiness. The work will primarily take place in Orlando, Florida, and interested parties can reach out to Sharelle Bateman at sharelle.bateman.1@us.af.mil or by phone at 850-882-2860 for further details. The presolicitation notice indicates that the contract will be awarded in the near future, although specific funding amounts and deadlines have not been disclosed.