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 information technology support, including program management, requirements analysis, security management, and code development, with a focus on maintaining payroll accounts for military personnel while adhering to strict security protocols. This contract is critical for ensuring effective management of military pay systems and compliance with federal standards, spanning 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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NAFSGP Dynamics GP Software Replacement
    Buyer not available
    The Department of Defense, through the Defense Finance and Accounting Service (DFAS), is seeking industry input for the replacement of its current Microsoft Dynamics GP ERP software. The objective is to identify modern, scalable, and cost-effective solutions that will enhance financial operations and reporting processes for Army Non-Appropriated Funds. This initiative is crucial for ensuring efficient management of financial resources and compliance with federal standards. Interested vendors, particularly small businesses, are encouraged to submit detailed responses by February 24, 2025, to Jennifer A. Stegman at jennifer.a.stegman.civ@mail.mil, as this Request for Information (RFI) will inform future acquisition strategies.
    TFRS Dynamics GP Software Replacement
    Buyer not available
    The Defense Finance and Accounting Service (DFAS) is seeking industry input for a potential replacement of its current Enterprise Resource Planning (ERP) system, Microsoft Dynamics GP, which is approaching its End of Life in 2031. The agency aims to identify scalable and cost-effective ERP solutions that can enhance financial operations, reporting processes, and user experience while ensuring compliance with security standards such as IL 5 and RMF. This initiative is crucial for DFAS's acquisition planning to transition to a modern ERP system that meets future operational needs efficiently and securely. Interested vendors are encouraged to submit detailed capability statements addressing specific queries by February 17, 2025, and may contact Santiago Martinez-Rivera at santiago.l.martinez-rivera.civ@mail.mil or (614) 701-5886 for further information.
    International Loan Modeling Budget Management (ILMBM)
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking proposals for the International Loan Modeling Budget Management (ILMBM) contract to support the Defense Security Cooperation Agency (DSCA). This procurement aims to acquire non-personal services that include loan setup, modeling, subsidy scenario analysis, and drafting loan agreements within the Foreign Military Financing framework. The contract is critical for managing financial assistance efficiently for international security cooperation, ensuring compliance with federal regulations and standards. Interested contractors must submit their proposals by 1:00 PM on February 7, 2025, with the contract performance period commencing on February 28, 2025, and lasting through February 27, 2030, including options for extension. For further inquiries, potential bidders can contact Lamont Joy at darrell.l.joy2.civ@mail.mil or Kim Robinson-Leach at kim.m.robinson-leach.civ@mail.mil.
    MSC Financial Management Support Services
    Buyer not available
    The Department of Defense, specifically the Military Sealift Command (MSC), is soliciting proposals for Financial Management Support Services to enhance its financial operations. The contractor will be responsible for a range of tasks including data collection, financial analysis, reporting, and support for the implementation of the Navy Enterprise Resource Planning (NERP) system, with a contract duration of one base year and four optional renewal years. This procurement is critical for ensuring compliance with federal regulations and improving the MSC's financial management capabilities. Interested parties should direct inquiries to Jordan Castellat or Keeley Crosby via email, with proposals due by February 24, 2025, as outlined in the solicitation documents.
    DANTES Military Training Evaluation Program
    Buyer not available
    The Department of Defense, through the Defense Human Resources Activity, is soliciting proposals for the DANTES Military Training Evaluation Program (MTEP), aimed at evaluating and validating college credit for military training and experiences. The program seeks to enhance service members' transition to civilian careers by improving validation methods, increasing impact outcomes by 2029, and ensuring data interoperability among stakeholders. This initiative underscores the importance of recognizing military educational achievements and supporting professional growth post-service, with a focus on compliance with federal acquisition regulations and accessibility standards. Interested contractors can reach out to Jada Weaver at jada.a.weaver.civ@mail.mil or Mike Carnley at charles.m.carnley.civ@mail.mil for further details, with the contract period spanning from June 2025 to March 2026, and options for renewal extending through 2030.
    DEFENSE SCIENCE BOARD MULTI-STUDY SUPPORT SERVICES
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking information from potential contractors to provide Multi-Study Support Services for the Defense Science Board (DSB). The objective of this procurement is to support DSB activities that advise senior DoD officials on scientific and technical matters, including planning, administrative duties, IT support, and coordination of classified meetings. The DSB plays a crucial role in advising on issues related to science, technology, and national security, conducting various studies and analyses to enhance the Department's capabilities. Interested contractors are encouraged to respond by February 28, 2025, with an estimated contract value between $12 million and $18 million over a five-year period, starting July 1, 2025. For further inquiries, contact Brandon Johnson at brandon.n.johnson24.civ@mail.mil or Jimmie Toloumu at jimmie.j.toloumu.civ@mail.mil.
    Request for Information: New Modern Software Delivery Multiple Award IDIQ
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking responses for the Modern Software Delivery Multiple Award Indefinite Delivery Indefinite Quantity (MAIDIQ) contract, aimed at enhancing the Army's software development capabilities. This initiative, valued at approximately $50 billion, focuses on the rapid design, deployment, and maintenance of critical software systems, utilizing modern practices such as Agile methodologies and DevSecOps. The contract will support various software enablement efforts, including custom software development and integration, while ensuring compliance with cybersecurity standards and performance metrics. Interested parties should submit their responses to the Draft Request for Proposal (RFP) by 10:00 AM on January 8, 2025, via email to the designated contact, with further details available in the attached documents.
    Up to 7-month Lease of 61 MFDs in Japan
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking vendors to provide a lease for 61 Multi-functional Devices (MFDs) at various Department of Defense (DoD) locations in Japan for a period of up to 7 months. The procurement includes installation, removal, full-service maintenance, consumables (excluding paper), operator training, and network functionalities, with the devices required to be operational by March 1, 2025. This initiative is crucial for maintaining efficient operational capabilities within military installations, ensuring that educational and operational assets are effectively managed. Interested vendors must submit their business information, including DUNS and Cage Codes, by February 14, 2025, and can reach out to Megan Perzia or David Corvino via their provided emails for further inquiries.
    5821 - Performance Based Logistics support of 23 DLS MIDS JTRS components
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is preparing to solicit a Performance Based Logistics (PBL) contract for the Multifunctional Information Distribution System (MIDS) Joint Tactical Radio System (JTRS) to support 23 components managed by Data Link Solutions. The contract will require the awardee to repair or replace items listed in Attachment A, supply or manufacture necessary parts, and collaborate with the Fleet Readiness Center Southwest in San Diego, CA, while maintaining a pool of assets for timely requisition fulfillment. This procurement is critical for ensuring the operational readiness of airborne communication systems, with a total performance period of five years anticipated. Interested parties must submit a source approval request to NAVSUP WSS to become an approved Navy source of supply, and inquiries can be directed to Mr. Christian Ingerson at christian.j.ingerson.civ@us.navy.mil.
    Joint All Domain Air/Ground Systems (JADAGS) Subject Matter Experts (SME) and Training
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide Subject Matter Experts (SME) and training services for the Joint All Domain Air/Ground Systems (JADAGS) initiative. The procurement aims to enhance military readiness by delivering comprehensive training in air and ground maneuver integration, with responsibilities including developing tactical training scenarios and executing Mobile Training Team operations. This contract will primarily take place at Camp Grayling, Michigan, and includes a base period of 12 months with options for extension. Interested parties must submit their quotes by February 27, 2025, and can direct inquiries to Kelli Kelley at kelli.m.kelley3.civ@army.mil or by phone at 517-481-7852.