OUSD (Comptroller) Mission Support Blanket Purchase Agreement (OUSDC CMS BPA)
ID: HQ003424R0049Type: Solicitation
Overview

Buyer

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

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Department of Defense, through the Washington Headquarters Services, is issuing a Request for Quote (RFQ) for a Mission Support Blanket Purchase Agreement (BPA) under full and open competition. This procurement aims to secure a range of professional services, including administrative management, general management consulting, and various accounting and computer programming services, as outlined in the applicable NAICS codes. The services are critical for supporting the operational and administrative functions of the OUSD (Comptroller) and may require compliance with the General Services Administration's Federal Supply Schedule program. Interested vendors can reach out to Brandiss Smith at brandiss.r.smith.civ@mail.mil or call 313-815-5343 for further details regarding the solicitation process.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Defense (DoD) is seeking responses to a Sources Sought Notice to identify qualified vendors for Comptroller Mission Support Services under various NAICS codes, encouraging participation from small and disadvantaged businesses. This notice is for market research only and does not constitute a solicitation or imply any contract awards; interested firms must submit capability statements by January 12, 2024. The selected firms will assist the DoD Comptroller in various critical tasks, including financial management workforce development, budget reforms, audit support, and data analytics.
    The document outlines labor categories for the Comptroller Mission Support Blanket Purchase Agreement, correlating them with the Office of Management and Budget's Standard Occupational Classifications. Each labor category is delineated by skill levels (Junior, Journeyman, Senior, and Subject Matter Expert), with specific experience and educational requirements, including mandatory professional certifications for certain roles (e.g., CPA and CISA). Substitutions of educational qualifications for experience are allowed under defined conditions, emphasizing the critical nature of relevant experience for fulfilling labor category requirements.
    The document outlines the performance work statement for the Office of the Under Secretary of Defense (Comptroller) as of December 8, 2023, detailing responsibilities and objectives related to financial management within the Department of Defense (DoD). It establishes the need for contractor support in various critical areas, including financial workforce management, budget process optimization, audit support, and data analytics, emphasizing the importance of achieving goals outlined in previous strategies and reform reports. Additionally, the statement stipulates general requirements for contractor personnel, security clearances, deliverables, and compliance with DoD regulations.
    Lifecycle
    Similar Opportunities
    BPA - IT and Telecom PSC 7E20
    Active
    Dept Of Defense
    Combined Synopsis/Solicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a Total Small Business Set-Aside for the procurement of IT and Telecom supplies and services. The Naval Surface Warfare Center Indian Head Division (NSWC IHD) in Indian Head, Maryland is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices. The BPAs will be for IT and Telecom - End User: Help Desk; Tier 1-2, Workspace, Print, Output, Productivity Tools (HW/Perp SW). Interested companies must submit a cover sheet with company information, documentation addressing capabilities and expertise, and a price list if applicable. BPA's will be awarded based on positive Past Performance. Interested vendors should provide a minimum of three Past Performance References. The government reserves the right to use additional references if available. Interested vendors should have an active account in the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM). The government intends to issue Master BPAs on a 6-month rotation through February 2029. Interested vendors should submit documentation and references by email to Barbara.j.grinder.civ@us.navy.mil.
    BPA - SUPPORT- PROFESSIONAL: PATENT AND TRADEMARK PSC R498
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Naval Surface Warfare Center Indian Head Division, is seeking support in the form of a Blanket Purchase Agreement (BPA) for professional services related to patents and trademarks. The BPA calls will not exceed the Simplified Acquisition Threshold and interested companies will compete at the call level. The government is looking for companies that can provide standard commercial supplies and services at competitive prices. Interested vendors must submit a cover sheet with their official company name, cage code, and point of contact information. They must also provide documentation addressing their capabilities and expertise, as well as a complete and return a price list if applicable. The BPA awards will be based on positive past performance, and interested vendors should provide a minimum of three past performance references. The evaluation of past performance will consider factors such as customer satisfaction, timeliness, technical success, program management, and quality. Vendors must have an active account in the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM). This is a small business set-aside opportunity, and vendors with technical and past performance merit may be issued a Master BPA for future requirements. Price lists and catalog prices can be provided to facilitate direct awards under the $10k threshold. The government intends to issue Master BPAs on a 6-month rotation through February 2029. Interested vendors should submit documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than December 31 for a February award, and no later than June 30 for an August award. The government reserves the right to consider past performance information from other sources. The primary point of contact for this procurement is Barbara Grinder, and the secondary point of contact is Brandi Sorzano.
    Indian Head Master BPA
    Active
    Dept Of Defense
    Solicitation DEPT OF DEFENSE is seeking a Blanket Purchase Agreement (BPA) for standard commercial supplies and services in Indian Head, Maryland. The BPA categories include Hand Tools, HVAC, X-ray Film, Cylinder Gas, Safety Coveralls, Containers, Electrical/Electronic, Telecom, Court Reporter/Arbitrator, Patent Services, Education, Fire Protection, Chemicals, and Facilities Support Service. Interested companies must provide documentation of capabilities, complete a price list, and have active accounts in the Procurement Integrated Enterprise Environment (PIEE) and System for Award Management (SAM). ITAR Certification is required for export controlled technical information. Large businesses and team arrangements are considered. Vendors with technical merit will be issued a Master BPA for future bidding. Past performance information will be considered. Contact Dr. David Greaves, Michelle Reeves, Marlene Ridgell, Sarah Hayden, Jodi Fields, or Angela Tejeda for more information.
    UNISYS Enterprise Output Manager (EOM) Software Support
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Finance and Accounting Service (DFAS), is seeking authorized resellers to provide software support for the UNISYS Enterprise Output Manager (EOM) for the period from December 16, 2024, to December 15, 2025. The procurement includes comprehensive support services such as full enterprise support, department maintenance with a four-hour response time, and subscriptions for various software editions, emphasizing the need for reliable and consistent service to maintain operational integrity in government functions. Interested vendors are encouraged to express their interest in submitting a quote when the Request for Quote (RFQ) is posted, and they should provide information regarding any available option years. For further inquiries, interested parties can contact Vandella Squire at vandella.m.squire.civ@mail.mil or Keith Kovacs at keith.a.kovacs.civ@mail.mil.
    M9549424Q0023 Solicitation MCBOOT Phase IV Support Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting quotes for the Marine Corps Business Operations Optimization Team (MCBOOT) Phase IV Support Services under solicitation number M9549424Q0023. The objective of this procurement is to obtain support services that enhance the operational efficiency of the Marine Corps Business Operations, as detailed in the solicitation and its associated exhibits. This opportunity is particularly significant as it falls under the category of Custom Computer Programming Services, which are vital for the development and support of business applications within the military framework. Interested small businesses are encouraged to reach out to the primary contact, Adam Cole, at adam.cole@usmc.mil or by phone at 248-687-9365, or the secondary contact, David Godfrey, at david.godfrey@usmc.mil or 703-898-2855, for further information regarding the submission process and deadlines.
    National Guard Bureau J1 Combined Support Services
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE National Guard Bureau J1 Combined Support Services The National Guard Bureau, under the Department of Defense, is seeking information and industry feedback for potential sources capable of providing J1 Combined Support Services. These services are intended to support multiple locations within the United States in accordance with Department of Defense standards and applicable laws. The services will be awarded through a competitive 8(a) acquisition. The Draft Performance Work Statement provides all the technical requirements for this effort, which may be subject to change. The services will fall under the North American Industry Classification System (NAICS) code 541611, with a Small Business Administration (SBA) Size Standard of $24,500,000. The Government anticipates awarding a base and four option years plus a 6-month option. Interested companies must be registered in the System for Award Management (SAM) database and with their local SBA office. Small business prime contractors must perform at least 50% of the effort as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. This is a sources sought inquiry for all potential 8(a) vendors. Companies are invited to provide their capability statements in support of this acquisition. The Government's assessment of the capability statements received will determine whether the forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses. For more information and to participate in the market research, interested parties can contact MSgt Brittany Hopkins at brittany.l.hopkins11.mil@army.mil.
    L--Global Business Support (GBS)
    Active
    None
    Special Notice: NAVSUP Fleet Logistics Center (FLC) San Diego, Port Hueneme Site, CA is seeking offers for Global Business Support (GBS) Multiple Award Contract (MAC) on-ramping opportunity. This opportunity aims to add additional vendors for support in Area I-Hawaii and Guam. The GBS MAC program provides non-personal contract labor support in various functional areas such as Administrative Support, Quarters Management Services, Healthcare Services (Except Doctors, Nurses or Physician Assistants), Information Technology, and more. The government intends to award Indefinite Delivery, Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) contracts. This procurement is a 100% Small Business Set Aside. Interested parties can download the solicitation and subsequent amendments at http://www.neco.navy.mil or http://www.fedbizopps.gov. The NAICS code applicable to this procurement is 561210. Proposals must be submitted electronically by the specified closing date and time.
    Multiple Award Schedule
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking vendors for its Multiple Award Schedule, a comprehensive procurement initiative. GSA's Furniture Systems Management Division requires a range of commercial items, with a focus on miscellaneous services. This combined synopsis and solicitation follows a streamlined format, and interested parties should submit their proposals accordingly. Contact the National Customer Service Center for detailed information, or refer to the provided email and phone number.
    R408 - Business Management Support Services (BMSS) for Navy Personnel, Manpower, and Training (PMT).
    Active
    Dept Of Defense
    The U.S. Navy is seeking proposals for a federal contract, R408 - Business Management Support Services (BMSS) for Navy Personnel, Manpower, and Training (PMT). This opportunity falls under the administrative and general management consulting services category. The primary purpose of this contract is to support the Navy's PMT office by providing business management services, including program management, administrative support, and technical assistance. The successful awardee will assist in managing and executing various PMT programs, enhancing the efficiency and effectiveness of Navy operations. The scope of work involves multiple key tasks. The awardee will be responsible for providing program management support, budget and financial management, personnel support, and training coordination. This includes assisting in developing and implementing procedures for these areas, as well as delivering comprehensive reports and presentations. The contract will require regular interaction and collaboration with Navy staff, ensuring seamless integration of services. To be eligible for this contract, applicants should possess a strong track record in administrative management, with specific experience in government or military environments being highly desirable. The Navy seeks a partner with a deep understanding of the unique demands and protocols of the public sector. Demonstrated ability in program management, strong communication skills, and data analysis expertise are also crucial. The contract is expected to be funded at around $7 million, with a potential period of performance of five years. The Navy anticipates awarding a fixed-price contract, with the option to extend based on performance and operational needs. Interested parties should submit their proposals before the stated deadline. It is anticipated that the evaluation process will focus on the applicant's technical approach, past performance, and cost-related factors. The Navy encourages applicants to include a detailed description of their qualifications, experience, and proposed solution. For clarification or questions, interested individuals and organizations should contact Alexis Montelone at alexis.montelone@navy.mil. This opportunity offers a chance to play a vital role in supporting the Navy's PMT office, and the successful applicant will contribute significantly to enhancing the Navy's operational capabilities.
    MABSM Implementation and Sustainment for the Oklahoma City (OC-ALC) and Warner Robins (WR-ALC) Aircraft Groups
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the implementation and sustainment of the Maintenance Business System Modernization (MABSM) program for the Oklahoma City (OC-ALC) and Warner Robins (WR-ALC) Aircraft Groups. This procurement aims to support the Maintenance, Repair, and Overhaul (MRO) applications, which are critical for managing the entire Depot process from asset induction to sale, ensuring compliance with evolving Air Force requirements. Interested parties, particularly small businesses including 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned concerns, are encouraged to respond to this Sources Sought notice by providing their company information, size status, and relevant experience by September 24, 2024, at 4:00 PM MST, to Jason Neering at jason.neering@us.af.mil.