Enterprise Occupation Structure and Standards Development Support Services
ID: KC081420251318Type: Sources Sought
Overview

Buyer

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

NAICS

Human Resources Consulting Services (541612)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    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.

    Files
    Title
    Posted
    This Performance Work Statement outlines a non-personal services contract for the Office of the Under Secretary of Defense for Intelligence and Security (OUSD(I&S)) Human Capital Management Office (HCMO). The contractor will provide support for developing and validating an enterprise occupation structure and standards for intelligence, security, and law enforcement work roles within the Defense Intelligence and Security Enterprise (DISE). This includes creating a work role taxonomy, defining tasks and competencies, and establishing minimum qualifications through rigorous job analysis. The contract is a firm-fixed-price agreement for a base year and four option years, with work performed at the Pentagon, Arlington, VA. Key personnel, including various levels of Industrial/Organizational Psychologists, must possess a TS/SCI clearance and specific experience in job analysis and competency modeling. The contractor is responsible for quality control and adherence to various DoD and Intelligence Community security and training requirements.
    The Washington Headquarters Services / Acquisition Directorate (WHS/AD) has issued a Sources Sought Notice (SSN) for Enterprise Occupation Structure and Standards Development Support to the Intelligence and Security (OUSD(I&S)) Human Capital Management Office (HCMO). This SSN is for market research purposes only, not a solicitation, to assess the availability and capability of firms, including small businesses, to provide services outlined in the Draft Performance Work Statement (PWS). The anticipated NAICS code is 541612 (Human Resources Consulting Services), with an anticipated contract start date of January 2026, including a 12-month base period and four 12-month option periods. Interested firms must possess a Top Secret Facility Clearance and submit a Capabilities Statement by October 15, 2025, addressing similar past work, company details, small business status, relevant contract examples, and proposed approaches for security clearances and key personnel.
    Lifecycle
    Similar Opportunities
    IM&T Program, Project, Data Management, Business Intelligence Support Services and Software Development & Sustainment Indefinite Delivery/Indefinite Quantity (IM&T IDIQ)
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Program, Project, Data Management, Business Intelligence Support Services, and Software Development & Sustainment for the Defense Security Cooperation Agency (DSCA) Information Management and Technology (IM&T). The contract aims to enhance the digital infrastructure and business systems that support global Security Cooperation, with a focus on Agile/Scaled Agile Program Management and DevSecOps best practices. This initiative is critical for managing IT initiatives, developing and maintaining software, and providing advanced data analytics to support mission-driven decision-making. Interested firms must submit capability statements by January 6, 2026, detailing their relevant experience, with an estimated contract value between $400 million and $500 million over a five-year ordering period. For further inquiries, contact Darrell Joy at darrell.l.joy2.civ@mail.mil or Anaya Porter at anaya.a.porter.civ@mail.mil.
    Office of Military Commissions (OMC) Case Analysis and Investigative Support
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services, is seeking to procure case analysis and investigative support services for the Office of Military Commissions (OMC). The contractor will be responsible for providing all necessary personnel, equipment, and materials to support courtroom and case preparation, ensuring compliance with the standards outlined in the Performance Work Statement (PWS). This procurement is critical for ongoing military commission cases, including high-profile matters such as the 9/11 case and the USS COLE bombing, where the expertise and security clearances of the personnel are essential to avoid delays in national security litigation. The contract, valued at approximately $3.9 million, is a sole-source bridge extension to General Dynamics Information Technology, Inc. (GDIT), with the current contract set to expire on May 10, 2023, and a long-term solution anticipated by November 2023. Interested parties may contact Shacasia King at shacasia.t.king.civ@mail.mil or 571-574-0406 for further information.
    Defense Science Board (DSB) Summer Study Support Services
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services, is seeking sole source support services for the Defense Science Board (DSB) Summer Study. This procurement involves a 10-month firm-fixed-price contract to provide professional analytical and administrative support services for the DSB and its Office while a re-compete is underway. The services are critical as they are currently available from only one responsible source, ensuring that the agency's specific needs are met without interruption. Interested parties can reach out to Nia Holloway at nia.m.holloway.civ@mail.mil or Eric Darby at eric.u.darby.civ@mail.mil for further inquiries, noting that this notice is not a request for proposals or quotes.
    Sources Sought CAPE EVAMOSC Platform Support -
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is conducting market research via a Sources Sought Notice for the Enterprise Visibility and Management of Operating and Support Cost (EVAMOSC) platform support. The objective of this procurement is to identify qualified and experienced businesses capable of sustaining and enhancing the EVAMOSC platform, which provides critical data-driven insights into major acquisition program costs for the Office of the Secretary of Defense Cost Assessment and Program Evaluation (OSD-CAPE). This platform is essential for fulfilling congressional requirements related to the analysis of operating and support costs for major weapon systems. Interested parties must respond by January 2, 2026, at 10:00 AM (Eastern Time), and submissions should demonstrate relevant experience and confirm a Secret Facility Clearance, with an estimated contract ceiling value of $75 million under NAICS code 541512 (Computer Systems Design Services). For further inquiries, contact Gervonna Crump-Williams at gervonna.b.crump-williams.civ@mail.mil or Ronica Shelton at ronica.l.shelton.civ@mail.mil.
    Washington Headquarters Services Commercial Solutions Opening
    Dept Of Defense
    The Washington Headquarters Services (WHS) of the Department of Defense is soliciting innovative commercial solutions through a Commercial Solutions Opening (CSO) aimed at enhancing defense capabilities. This initiative seeks to leverage commercially available technologies and innovative products and services, allowing for agile development activities that can improve existing government-owned capabilities. The CSO is open for five years and encourages submissions from nontraditional defense contractors and small businesses, with a competitive selection process that includes a solution brief, pitch presentation, and request for prototype proposal. Interested parties can contact Meghan T. Meyers at meghan.t.meyers.civ@mail.mil for further information and are advised to monitor the Government Point of Entry for updates and amendments.
    NEEDIPEDIA - COMMERCIAL SOLUTIONS OPENING - CSO
    Dept Of Defense
    The Defense Intelligence Agency (DIA) is soliciting innovative commercial solutions through its NeedipeDIA Commercial Solutions Opening (CSO), designated as HHM402-23-SC-0002, which is open from December 29, 2023, to December 28, 2028. The objective of this procurement is to gather a wide range of innovative ideas from various sources, including traditional and non-traditional defense contractors, to enhance operational efficiency and technological capabilities in support of national and international mission requirements. This initiative is crucial for addressing capability gaps and advancing technology within the Defense Intelligence Enterprise, with submissions evaluated based on innovation merit, mission relevance, and cost. Interested parties should submit a two-page white paper addressing specific criteria, with further inquiries directed to Il Jun Yun at iljun.yun@dodiis.mil or via phone at 703-735-6430.
    Roof Fall Protection Systems Services
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services, is soliciting proposals for Roof Fall Protection Systems Services at the Pentagon. This procurement involves the inspection, repair, and certification of existing fall protection systems, including Horizontal Lifeline and Beam & Trolley systems, with a contract structure that includes a Firm-Fixed-Price base period and optional Indefinite-Delivery Indefinite-Quantity provisions for repairs. The services are critical for ensuring safety compliance and operational integrity within the Pentagon, emphasizing the need for qualified personnel and adherence to stringent safety regulations. Interested vendors must attend a mandatory site visit on December 4, 2025, submit questions by December 10, 2025, and complete proposals by January 7, 2026, with contact points for inquiries being Keisha Simmons at keisha.simmons@whs.mil and Bianca Betancourt at bianca.l.betancourt.ctr@mail.mil.
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Intelligence, Surveillance, and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). This procurement aims to develop and field advanced ISR systems that enhance communication, surveillance, and security capabilities while addressing evolving threats, including support for unmanned systems related to chemical, nuclear, biological, and radiological elements. The anticipated contract will involve multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with a seven-year ordering period, and the final RFP is expected to be released no earlier than November 21, 2025. Interested parties can reach out to Carl Odom at carl.n.odom.civ@us.navy.mil or by phone at 619-553-4454 for further information.
    Workforce 3.0 - Managed Solution, Defense Healthcare Management Systems (WF3)
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to award a noncompetitive task order under the Workforce 3.0 contract to the Boston Consulting Group, Federal, as part of the follow-on to the successful completion of the Design-to-Outcome Task Order. This procurement aims to provide managed solutions in support of defense healthcare management systems, emphasizing the importance of professional support services in enhancing healthcare delivery for military personnel. Interested parties can reach out to primary contact Sonya Edom at sonya.m.edom.civ@health.mil or secondary contact JR Oliver at j.r.oliver.civ@health.mil for further details regarding this opportunity.
    This requirement is to provide the JS, J7 Joint Education and Doctrine Division (JEDD) with planning and operations support to execute up to four (4) Disruptive Technical Courses (DTCs) per Fiscal Year.
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking sources to provide planning and operations support for the Joint Staff (JS), J7 Joint Education and Doctrine Division (JEDD) to execute up to four Disruptive Technical Courses (DTCs) annually. The contractor will be responsible for program management, curriculum development, and coordination of speakers, including six Senior Fellows and up to twenty-four Subject Matter Experts (SMEs) per course, emphasizing high performance standards and compliance with security requirements. This initiative is crucial for enhancing the educational framework within the Department of Defense, with services expected to commence on July 1, 2026, following an anticipated award in the fourth quarter of FY26. Interested parties should submit a tailored executive summary by January 5, 2026, to Jaime Verdi at jaime.verdi@navy.mil, and the applicable NAICS code for this opportunity is 611430, with a size standard of $15 million.