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
    Integrated Security Services Contract 5 (ISSC)
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking vendors for the Integrated Security Services Contract 5 (ISSC) to provide comprehensive electronic and physical security systems for various DoD facilities. This non-personal services contract is structured as a Firm Fixed Price Performance Based Indefinite Delivery/Indefinite Quantity (IDIQ) with a potential value not to exceed $475 million and a performance period of up to ten years, focusing on maintaining, repairing, installing, and supporting security systems such as access control, intrusion detection, and video surveillance. Interested firms must possess a Top Secret Facility Clearance and submit capability statements by December 12, 2025, detailing their administrative information, technical capabilities, and subcontracting plans. For further inquiries, vendors can contact Saba Samuels at saba.samuels.civ@mail.mil or Roya Sterner at roya.m.sterner.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.
    Office of Military Commissions (OMC) Case Analysis and Investigative Support
    Buyer not available
    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
    Buyer not available
    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.
    Washington Headquarters Services Commercial Solutions Opening
    Buyer not available
    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.
    Joint Program Executive Office for Chemical, Biological, Radiological, and Nuclear Defense (CBRND) Operational Support (JCOS)
    Buyer not available
    The Department of Defense, specifically the Joint Program Executive Office for Chemical, Biological, Radiological, and Nuclear Defense (JPEO CBRND), is seeking operational support services through a Request for Information (RFI) for the Joint Program Executive Office for Chemical, Biological, Radiological, and Nuclear Defense (JCOS). The objective is to transition from reliance on external consultants to integrated operational support, enhancing capabilities in areas such as Test & Evaluation, Strategic Communications, and CBRN Medical Support, in alignment with Executive Order 14222 aimed at improving government efficiency. This initiative is critical for bolstering the Department's ability to manage defense capabilities against CBRN threats, with a contract period starting from March 23, 2026, through March 22, 2031, including a base year and four option years. Interested parties must submit their responses by 5 p.m. ET on December 9, 2025, to the primary contact, Peter W. Stahley, at peter.w.stahley.civ@army.mil, or the secondary contact, Eric Y. Jun, at eric.y.jun.civ@army.mil.
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Buyer not available
    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.
    Case Development Modernization (CDM) and Case Lifecycle Task Management & Document Repository
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is hosting an Industry Day focused on the modernization of the Defense Security Assistance Management System (DSAMS) and the enhancement of Case Lifecycle Task Management and Document Repository. The initiative aims to replace the outdated DSAMS with a more efficient system that adheres to modern software practices, improves workflow transparency, and automates the tracking of Security Cooperation tasks related to Foreign Military Sales (FMS) documentation. This modernization is critical for ensuring compliance with operational and cybersecurity requirements while consolidating data management into a single, cloud-hosted database. Interested companies must register by December 12, 2025, for the Industry Day scheduled for December 19, 2025, with attendance limited to 30 participants. For further inquiries, contact Darrell Joy at darrell.l.joy2.civ@mail.mil.
    Workforce 3.0 - Managed Solution, Defense Healthcare Management Systems (WF3)
    Buyer not available
    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.
    Internal Resource Management Application – Enterprise Resource Database Support
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), intends to award a sole source contract for the Internal Resource Management Application – Enterprise Resource Database Support to Quality Management Systems, Inc. This procurement is aimed at continuing the services currently provided under Contract Number HQ0034-20-F-0091, which are set to conclude on January 18, 2026, and is justified under FAR 6.302-1(a)(2)(iii) due to the necessity of having only one responsible source to meet the agency's requirements. Interested parties should note that this is a Special Notice and not a Request for Proposal (RFP), and inquiries regarding the solicitation will not be entertained. For further information, contact Jacqueline Patierno at jacqueline.t.patierno.civ@mail.mil or Daniel Baskin at daniel.a.baskin.civ@mail.mil.