Defense Acquisition Visibility Environment (DAVE)
ID: DAVE-01312025Type: Sources Sought
Overview

Buyer

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

NAICS

Custom Computer Programming Services (541511)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Washington Headquarters Services, is seeking qualified small businesses to provide agile software sustainment for the Defense Acquisition Visibility Environment (DAVE) and the Acquisition Information Repository (AIR). The objective of this procurement is to enhance and maintain these critical systems that manage acquisition data and documentation, ensuring compliance with evolving policy and security requirements. This initiative is part of a broader strategy to improve the Department's acquisition portfolio management, which is valued at $2 trillion, by enhancing data accessibility and insight. Interested parties must submit their capabilities statements by February 18, 2025, to the designated contacts, Elizabeth Vaeth and Katie Keisling, with an anticipated contract award date of June 16, 2025, for a base period of 7.5 months and four 12-month option periods.

    Point(s) of Contact
    Files
    Title
    Posted
    The Office of the Under Secretary of Defense (Acquisition and Sustainment) has issued a Sources Sought Request for Information (RFI) to gather input for the Defense Acquisition Visibility Environment (DAVE) and Acquisition Information Repository (AIR) Support. DAVE serves as a centralized platform for managing authoritative acquisition data, while AIR stores critical documentation for acquisition lifecycle milestones. The agency seeks a contractor to utilize agile methodologies to sustain and enhance these systems, adjusting to changes in policy and security requirements. The anticipated contract award date is June 16, 2025. Responses are requested to a series of corporate experience and capability questions, focusing on recent engagements with the technologies used in DAVE and AIR, particularly emphasizing experience in software development, cloud environments, and security compliance. The document outlines expectations for contractor responsibilities, performance measures, and subcontracting information. This RFI is part of the Department of Defense's broader strategy to improve its $2 trillion acquisition portfolio management through better data accessibility and insight.
    The Performance Work Statement (PWS) for the DAVE Capability Sustainment outlines the requirements for a contractor to sustain, maintain, and enhance the DAVE platform, which provides critical acquisition data to the Department of Defense. Central concepts include “Capability Delivery” and “Capability Sustainment,” which encompass software development, maintenance, technical compliance, and training. The contractor will utilize Agile methodologies to ensure timely delivery of software enhancements, with specific performance metrics such as completing 80-90 story points per sprint. The document emphasizes the need for efficient integration of new data sources, functional testing, and strong DevSecOps support, particularly in database and systems administration. Major tasks include sustaining DAVE and the Acquisition Information Repository (AIR), conducting independent testing, and providing operational support across multiple environments. Performance metrics are outlined, focusing on development velocities, system availability, automated testing coverage, and recovery times from outages. The contractor must adhere to quality standards for deliverables, including accuracy and timeliness. Personnel requirements involve key positions such as a Program Manager, Lead Developer, and DevSecOps Lead, all requiring specific experience and clearances. This initiative underscores the government’s commitment to effective acquisition data management and informed decision-making across its acquisition portfolio.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Department of War (DoW) Public Website Program and Services
    Buyer not available
    The Department of Defense, through the Defense Media Activity (DMA), is seeking industry input for the Department of War (DoW) Public Website Program and Services, aimed at modernizing public-facing websites. This initiative requires a turnkey web application solution that operates within a DoD Joint Warfighting Cloud Capability, ensuring compliance with the 21st Century Integrated Digital Experience Act (IDEA), Section 508 of the Americans with Disabilities Act (ADA), and the United States Web Design System (USWDS). The selected solution will enhance usability, accessibility, and cybersecurity while integrating with the DoW Digital Asset Management System (DAMS) and providing user-friendly content management tools with AI features. Interested vendors must submit their capabilities summaries and budgetary estimates by October 24, 2025, and participate in industry days scheduled for November 4-5, 2025. For further inquiries, contact Thomas Brown at thomas.j.brown314.civ@mail.mil or 301-222-6908.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Buyer not available
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repair, and upgrade of existing government-owned data acquisition system components and related software. The procurement aims to secure Data Acquisition Systems Integration Support, Hardware, and Instrumentation Software for the Technology Development Directorate-Aviation Systems Integration and Demonstration, Mission Systems Division, with the contract intended for Teletronics Technology Corporation. The anticipated award date is March 31, 2023, and the procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(a)(1), with a justification for lack of competition included in the notice. Interested parties can reach out to Brandy Moneymaker at Brandy.L.Moneymaker.civ@army.mil or Bethany Rosser at bethany.r.rosser.civ@army.mil for further inquiries.
    DSI WORKBENCH SOFTWARE MAINTENENCE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to maintain the DSI Workbench software under a non-competitive contract. This procurement is aimed at ensuring the continued functionality and support of the software, which is critical for business application and application development within the IT and telecom sectors. The Justification and Approval (J&A) posting indicates the importance of this software maintenance for operational efficiency. Interested parties can reach out to Adam Mitchell at adam.d.mitchell14.civ@us.navy.mil for further details regarding this opportunity.
    Digital Engineering Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to award a sole-source Firm Fixed Price contract for Digital Engineering Services to Dassault Systemes (DS). The procurement aims to secure comprehensive support for the 3D Experience (3DX) application, which includes configuring, customizing, training, and providing full-time equivalent support, essential for advancing digital engineering initiatives and leveraging existing software licenses. The 3DX application serves as a critical product lifecycle management tool that integrates various supporting applications, with a performance period extending from July 2022 to September 2025, funded by RDT&E resources. Interested parties can reach out to Kevin Daigle, Contract Specialist, at kevin.daigle.3@us.af.mil or Melissa Hobley, Contracting Officer, at melissa.hobley@us.af.mil for further inquiries.
    Office of Small Business Programs Support Services - Amend 6
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for the Office of Small Business Programs Support Services under a Women-Owned Small Business (WOSB) set-aside. The contract aims to provide comprehensive operational and management support for the DHA's Office of Small Business Programs, including business execution, strategic communication, and mentor-protégé program support. This initiative is crucial for enhancing small business participation in defense acquisitions and ensuring compliance with relevant regulations. The contract, valued at up to $24,500,000, will have a base period from January 5, 2026, to January 4, 2027, with four additional one-year options, and proposals are due by December 19, 2025. Interested parties should direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil and Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.
    DA01--PACT Act -Veteran Experience Services Eligibility and Enrollment (VESEE) 2.0
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to participate in the Veteran Experience Services Eligibility and Enrollment (VESEE) 2.0 initiative. This procurement aims to modernize the existing systems that support eligibility and enrollment processes for Veterans and their families, focusing on improving user experience, streamlining operations, and ensuring compliance with data security and privacy regulations. The initiative is critical for enhancing access to healthcare services and benefits for Veterans, with the contract expected to be awarded in November 2025. Interested parties must respond to the Request for Information by May 28, 2025, and can contact Contract Specialist Luis Lozada-Santiago at Luis.Lozada-Santiago@va.gov or 848-377-5245 for further details.
    Aerospace Readiness Enterprise System (ARES) Notional Schedule Update
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force through the Kessel Run office, is announcing a Special Notice for the Aerospace Readiness Enterprise System (ARES) Notional Schedule Update. This update outlines key acquisition milestones, including the release of the Final Solution Solicitation on December 15, 2025, and the anticipated receipt of solutions by January 9, 2026, with a Prototype Other Transaction (OT) Award expected by February 25, 2026, and a Production OT Award by August 10, 2026. The ARES initiative is crucial for enhancing aerospace readiness and operational capabilities, and the government aims to expedite the schedule where feasible. Interested parties should direct any inquiries regarding this update to the Agreements Officer after the Final Solution Solicitation is released, and can contact Evan Pomfret at evan.pomfret.1@us.af.mil or Lauren Cheslofska at lauren.cheslofska@us.af.mil for further information.
    Dell EMC Data Domain Maintenance Renewal
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory, is seeking quotations for the renewal of maintenance services for Dell EMC Data Domain systems. This procurement specifically requires brand name hardware and software components, including DD6900 NFS CIFS controllers, DD DS60 shelves, and various I/O modules, along with associated software licenses for Cloud Tier, DD Boost, and DD Replication. The maintenance services are crucial for ensuring the operational integrity and support of the Data Domain systems, with coverage scheduled from January 1, 2026, to December 31, 2026. Interested small businesses must submit their quotations and documentation proving their status as authorized distributors by contacting Katrina Gallagher at katrina.t.gallagher.civ@us.navy.mil.
    ACT/Lockheed spare aircraft parts
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking suppliers for spare aircraft parts under a presolicitation notice. This procurement involves items for which the government lacks complete unrestricted technical data, and it will be conducted as a fixed-price, long-term indefinite quantity contract with a one-year base period and four one-year options. The selected suppliers will be responsible for providing critical components necessary for military aircraft operations, with the solicitation set to be released on November 13, 2025. Interested parties are encouraged to express their interest and capabilities to the contracting officer, Brandy Warner, at brandy.warner@dla.mil, within 15 days of this notice.
    Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) contract. This procurement aims to establish a multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contract for IT hardware and software products, including personal computing devices, network infrastructure, and related lifecycle management services. The contract is crucial for consolidating IT procurements across the FAA, enhancing efficiency, and ensuring compliance with federal standards. Proposals are due via email by January 12, 2026, at 1700 ET, and interested parties should direct inquiries to Dawn Bloome or Kristin Frantz at the provided email addresses.