Defense Joint Military Pay System Support Services
ID: HQ042302082025Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEFENSE FINANCE AND ACCOUNTING SERVICE (DFAS)DEFENSE FINANCE AND ACCOUNTING SVCCOLUMBUS, OH, 432131152, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
    Description

    The Department of Defense, through the Defense Finance and Accounting Service (DFAS), is seeking qualified vendors to provide support services for the Defense Joint Military Pay System (DJMS). The procurement aims to secure technical and information technology support, including program management, requirements analysis, security management, and code development, with a focus on maintaining payroll accounts for military personnel and ensuring compliance with security protocols. This contract is critical for the effective management of military pay systems and spans from December 1, 2025, to November 30, 2030, with options for extension. Interested parties, particularly small businesses, are encouraged to submit a capabilities statement and pricing estimates by February 25, 2025, to Patrina James at patrina.l.james.civ@mail.mil or Diana Scruggs at DIANA.M.SCRUGGS.civ@mail.mil.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for providing information and technology support services for the Defense Joint Military Pay System (DJMS). This entails managing and maintaining various components, including payroll accounts for military personnel and compliance with security protocols. The contractor must deliver technical support through a defined scope of work, incorporating seven specific tasks such as program management, requirements analysis, security management, and code development. Key performance areas include Agile development support, functional analysis, configuration management, and testing procedures. The contract spans one base year with four optional years, primarily conducted remotely using government-supplied laptops and adherence to strict security protocols. Quality control measures and compliance with established training programs are critical for effective performance, ensuring that contract deliverables align with federal standards and operational effectiveness. The document emphasizes collaboration with government teams and stringent reporting requirements to maintain oversight and manage performance metrics throughout the contract duration.
    The Defense Finance and Accounting Service (DFAS) is issuing a Sources Sought notice to gather information from qualified vendors regarding support for the Defense Joint Military Pay System (DJMS). This includes encouraging participation from small businesses, specifically those classified as 8(a), service-disabled veteran-owned, HUBZone, and women-owned small businesses. Vendors should demonstrate their experience in several key areas, including contract program management, requirements analysis, technical design, code development, and security management. Interested parties are asked to submit a capabilities statement that outlines relevant contracts from the past three years, as well as respond to specific questions regarding their expertise in COBOL, programming skills, data security certifications, and their willingness to submit quotes. The anticipated start date for the project is December 1, 2025, and respondents should provide a high-level pricing estimate. Responses should be limited to five pages and sent via email by February 25, 2025, addressing the required information and indicating any clarifications needed. This notice serves as market research and is not a solicitation, ensuring confidentiality of the responses received.
    The government file outlines a Request for Proposals (RFP) focused on staffing needs related to the Defense Joint Military Pay System (DJMS). It specifies the required quantity and type of labor categories, including Senior and Intermediate Applications Programmers and Data Security professionals, categorized into Fixed Firm Price (FFP) and Labor Hour (LH) types for both All Contract (AC) and Recommended Category (RC). Contractors proposing labor categories "Equivalent" to recommended ones must provide comprehensive documentation to validate claims. The evaluation of proposals will factor in a six-month extension option, calculated at half the last quoted price, incorporating the total pricing for all periods. The Contract performance spans from December 1, 2025, to November 30, 2030, allowing for various option years, concluding with a solid structure to ensure that pricing and performance meet governmental requirements. This RFP reflects the government's strategy to maintain effective contract management and labor allocation for military pay systems while ensuring compliance and cost-efficiency.
    The document outlines a government Request for Proposals (RFP) focused on staffing for the Defense Joint Military Pay System (DJMS). It specifies a range of labor categories required, including Senior and Intermediate Applications Programmers and Senior Data Security personnel. Contractors must submit "Equivalency Documentation" for any labor categories they propose as alternatives to the listed ones, providing detailed narratives to support their equivalency claims. The government includes Option 52.217-8, which allows for a six-month extension of services, and emphasizes that the evaluation of proposals will consider the total price for the base period and all options, including this extension. The schedule for the base and option years spans from December 1, 2025, to November 30, 2030. Pricing submissions are required to be filled in specific highlighted sections of the document, with detailed expectations regarding total costs for each labor category and year. Overall, it reflects the government's intent to procure technical services in support of the DJMS, ensuring compliance with pricing and documentation standards.
    The document outlines a government Request for Proposal (RFP) related to the Defense Joint Military Pay System (DJMS), specifying labor requirements for IT and data security positions. It details the number of positions needed, including Senior and Intermediate Applications Programmers and Data Security Professionals, with specified quantities in Full-Time Equivalent (FTE) and labor hours. Contractors are instructed to submit "Equivalency Documentation" if offering equivalent labor categories. The document includes pricing requirements for various contract types during specified periods—a base year from December 1, 2025, to November 30, 2026, with multiple option years extending through November 30, 2030. The government incorporates a pricing evaluation methodology that includes considering the Option to Extend Services, allowing evaluation of total costs across all contract periods. Overall, the document serves as a comprehensive guide for contractors in preparing proposals that meet federal standards while ensuring adequate resources for the DJMS project.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    FMxC2/G081 field maintenance data information system.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking small businesses capable of providing sustainment support services for the FMxC2/G081 field maintenance data information system. The procurement focuses on full lifecycle development and system sustainment, including software design, system architecture, administration, and incident response, utilizing agile methodologies. This opportunity is critical for maintaining operational efficiency within the Air Force, with contract performance anticipated from January 2026 to January 2031, primarily based in Oklahoma City. Interested businesses must possess a Secret Facility Clearance and respond with their capabilities by March 20, 2025, to Chasity Revisky at chasity.l.revisky.civ@mail.mil or Christopher Enriquez at christopher.m.enriquez.civ@mail.mil.
    MAK VT Software Maintenance
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the maintenance renewal of specific software products from Mak Technologies, Inc. This procurement includes essential software maintenance for VR-Link and SensorFX products, which are critical for maintaining existing operational capabilities. The contract will be awarded on a sole source basis, emphasizing the necessity of continuity in software functionality and compliance with federal regulations. Interested vendors must submit their quotes by March 21, 2025, with an anticipated award date of April 1, 2025. For further inquiries, contact James Embrey at james.d.embrey3.civ@us.navy.mil or call 540-498-5241.
    RAPID_MAC_FORECAST_JULY_2024
    Buyer not available
    The Department of Defense seeks to update its RAPIDMACFORECASTJULY2024 monthly forecast report, replacing the current distribution method via email due to ongoing challenges with outdated vendor contact information. The primary objective is to post the report reliably and efficiently on SAM.gov, ensuring accessibility for vendors. This special notice emphasizes that there are currently no active or planned task orders as of July 2024. The scope of work involves a straightforward upload of the RAPID MAC Monthly Forecast document onto the SAM.gov platform. Awardee requirements and deliverables are not explicitly mentioned in the provided information. Eligibility criteria and qualifications are not discussed in detail, but it's implied that vendors capable of uploading documents to SAM.gov and possessing a general understanding of the RAPID MAC process are encouraged to apply. Funding and contract details are not provided in the given information. However, this opportunity is posted as a federal contract, indicating a traditional contracting arrangement with financial compensation for the selected vendor. The submission process is outlined briefly, directing interested parties to register their SAM.gov accounts and keep them updated. No specific application format or deadline is mentioned, which suggests a rolling application process. The evaluation criteria focus on the timeliness and accuracy of the posted information. The selection will likely prioritize vendors who can ensure efficient and reliable access to the monthly forecast report. For any questions or clarifications, interested parties can contact Christopher Pennini at christopher.k.pennini.civ@us.navy.mil or 240-298-3470. Additionally, Veronica Mayhew is listed as a secondary contact, reachable at veronica.a.mayhew.civ@us.navy.mil.
    Manpower Programming and Execution System (MPES) Follow-On Industry Day Notification
    Buyer not available
    The Department of Defense, specifically the Air Force District of Washington, is seeking qualified contractors for the Manpower Programming and Execution System (MPES) Follow-On Industry Day Notification. The procurement aims to secure services for the sustainment and enhancement of MPES, which includes software development, testing, maintenance, user training, help desk support, and the creation of a disaster recovery plan, all while ensuring compliance with DoD and Air Force cybersecurity policies. This initiative is crucial for improving manpower management efficiency within the Air Force and Space Force, thereby supporting broader mission objectives. Interested parties can reach out to Tiffany Young at tiffany.young.5@us.af.mil or Ashley Raymond at ashley.raymond.2@us.af.mil for further information.
    Cost-of-Living Data Collection and Analysis
    Buyer not available
    The Department of Defense's Defense Human Resources Activity (DHRA) is issuing a Request for Proposal (RFP) for Cost-of-Living Data Collection and Analysis Services under a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract, specifically set aside for small businesses. The primary objective is to collect and analyze non-housing price data from both CONUS (continental U.S.) and OCONUS (outside continental U.S.) locations to accurately determine cost-of-living allowances (COLA) for military personnel, ensuring they are fairly compensated in high-cost areas. This initiative is crucial for maintaining the financial well-being of over one million service members and their families, with proposals due by 10:00 AM EST on February 26, 2025, and an estimated award date of May 15, 2025. Interested parties can reach out to primary contact Tameka Laws at tameka.j.laws.civ@mail.mil or secondary contact Matthew Poole at matthew.c.poole.civ@mail.mil for further information.
    JCLC Missouri Military Academy (MMA-25)
    Buyer not available
    The Department of Defense, through the U.S. Army, is seeking qualified small businesses to provide meals, lodging, training services, and support for the Junior Cadet Leadership Challenge (JCLC) at the Missouri Military Academy from May 30 to June 3, 2025. The contractor will be responsible for managing food preparation, serving, and cleanup for approximately 470 participants, ensuring compliance with health standards, and providing separate accommodations for male and female cadets, among other logistical and operational requirements. This procurement is critical for supporting a structured military training event, emphasizing quality assurance and safety throughout the process. Interested small businesses must respond to the Sources Sought Notice by March 19, 2025, with detailed capability information, and can contact Amber Goetz at amber.m.goetz.civ@army.mil or Samuel M. Henderson at samuel.m.henderson1.civ@army.mil for further inquiries. The anticipated contract value is approximately $9 million.
    Joint Light Tactical Vehicle Competitive Initiative (JLTVCI) Successor Project
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is initiating the Joint Light Tactical Vehicle Competitive Initiative (JLTVCI) Successor Project, which will establish a five-year Multiple Award Contract (MAC) for a wide range of Joint Light Tactical Vehicles (JLTV). This contract aims to procure items necessary for the production, repair, or replacement of components used in various JLTV systems, including those utilized by the Army and Marine Corps, with a total of 7210 National Stock Numbers (NSNs) currently identified for potential ordering. Interested suppliers are encouraged to review the attached NSN listing and respond to the Market Survey Questionnaire, with proposals due following the solicitation's release on or about September 2, 2025. For further inquiries, contact Bret Griffin at bret.griffin@dla.mil or Robert Harris at Robert.Harris@dla.mil.
    eCommerce Doorstep Delivery Service
    Buyer not available
    The Defense Commissary Agency (DECA) is seeking proposals for an eCommerce Doorstep Delivery Service to enhance the delivery of commissary supplies to various military bases across the United States. This solicitation, identified as HQC00525R0004, requires contractors to provide delivery services in compliance with federal regulations, including the Federal Acquisition Regulation (FAR), and emphasizes the inclusion of small businesses, particularly those owned by service-disabled veterans and economically disadvantaged women. The contract will cover a base year with several option years, running from May 1, 2025, to April 30, 2030, and includes detailed requirements for delivery schedules, pricing structures, and operational logistics to support military supply chain efficiency. Interested parties must submit their proposals by March 31, 2025, and can contact Ronald Mosley at ronald.mosley@deca.mil or Kristine Castelow at Kristine.castelow@deca.mil for further information.
    LABTRAC Enterprise
    Buyer not available
    The Department of Defense, through the Defense Health Agency, intends to award a noncompetitive, firm-fixed-price purchase order to INVENTRIX INC for customer service support and maintenance of the LABTRAC Enterprise system at the Naval Medical Center San Diego. The procurement encompasses the provision of software, hardware, and a storage area network, along with comprehensive technical support services for a period extending from March 24, 2025, to March 23, 2029. This initiative is crucial for ensuring the operational readiness and functionality of the LABTRAC System, which plays a vital role in medical equipment management within the military healthcare framework. Interested vendors must submit their capability statements in writing by March 20, 2025, at 4:00 PM PDT, and are required to be registered with the System for Award Management (SAM) to participate in this opportunity.