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
    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.
    Information Technology Support Services
    Buyer not available
    The Department of State is seeking qualified vendors to provide Information Technology Support Services for its Bureau of Diplomatic Security (DS), focusing on software design, development, deployment, and maintenance for logistics systems. The contractor will be responsible for enhancing existing systems and developing new applications, ensuring compliance with federal regulations, and providing ongoing operational support across various divisions, including the Defensive Equipment & Armored Vehicle Division and the Office of the Chief Technology Officer. This initiative is crucial for maintaining the security and efficiency of U.S. diplomatic missions worldwide. Interested vendors must submit their capability statements by Noon EST on February 21, 2025, via email to the designated contacts, and must be registered in the System for Award Management (SAM) to participate.
    Digital Publication Delivery System
    Buyer not available
    The Department of Defense, specifically the Air Force Reserve Command (AFRC), is seeking proposals from qualified small businesses for a Digital Publication Delivery System aimed at enhancing the efficiency, accuracy, and security of aircrew flight publications. This system must support over 25,000 users, providing capabilities such as offline annotations, peer-to-peer file sharing, and compatibility with various mobile and desktop platforms, all while ensuring robust data security and user permissions. Proposals are due by 4 PM EST on February 7, 2025, and interested vendors must register in the System for Award Management (SAM). For further inquiries, potential bidders can contact Lacey Boyd at lacey.boyd@us.af.mil or Maripet Beach at maripet.beach@us.af.mil.
    25-SIMACQ-D20-0001 SMART License
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, California, is seeking quotes from small businesses for the procurement of five Supportability Management Assessment Report Tool (SMART) AWS Multi-Program Licenses. The licenses are intended to enhance decision-making and productivity related to the AEGIS Weapon System, with a delivery timeline of four weeks post-award, covering the period from October 1, 2025, to September 30, 2030. This procurement is crucial for modernizing operational tools and ensuring effective life cycle management within the defense sector. Interested vendors should submit their quotes, including administrative information and a price breakdown, to Amber Bruno at amber.n.bruno.civ@us.navy.mil or Keith A. Shaner at keith.a.shaner2.civ@us.navy.mil, with submissions valid for at least 60 days.
    Document Repository & Workflow System Development
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking qualified vendors to develop a centralized document repository and workflow system aimed at enhancing the Foreign Military Sales (FMS) process. This initiative focuses on automating document processing, review, approvals, and coordination to improve efficiency and transparency across various government departments involved in FMS. The Request for Information (RFI) is intended to gather vendor capabilities without constituting a solicitation, with interested parties encouraged to submit capability statements by February 6, 2025. For further inquiries, vendors may contact Lamont Joy at darrell.l.joy2.civ@mail.mil or Kim Robinson-Leach at kim.m.robinson-leach.civ@mail.mil.
    Web.mil Support Services
    Buyer not available
    The Department of Defense, through the Defense Media Activity (DMA), is seeking qualified contractors to provide Web.mil Support Services, focusing on the transition from the legacy American Forces Public Information Management System (AFPIMS) to the WEB NextGen Content Management System (CMS). The contractor will be responsible for delivering a comprehensive range of professional, technical, and business services to support the DMA's web operations, including cloud solutions, software development, security compliance, and 24/7 technical support. This initiative is crucial for ensuring the effective management of web infrastructure and compliance with federal regulations as the DMA prepares for the sunset of AFPIMS by September 30, 2027. Interested vendors must submit their qualifications and capabilities by February 6, 2025, and can contact Thomas Brown or Colette Jones for further information.
    DEFENSE SCIENCE BOARD MULTI-STUDY SUPPORT SERVICES
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, 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 obtain professional IT, analytical, and administrative support services to facilitate various DSB studies, which advise senior DOD officials on scientific and technical matters. The anticipated contract, valued between $12 million and $18 million, is expected to cover a five-year period starting July 1, 2025, with responses due by March 5, 2025. Interested parties should contact Brandon Johnson or Jimmie Toloumu via email for further details.
    66--AIR DATA MODULE
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking competitive proposals for the procurement of one Air Data Module, identified by NSN 7R-6605-145778469-P8 and part number C17001DA01. This procurement is critical for maintaining navigational instruments used by the Navy, and it will be conducted under the provisions of FAR Part 13, with a Source Approval Statement applicable to this NSN. Interested vendors must submit their capabilities and qualifications via email to Michael J. Keith at michael.j.keith40.civ@us.navy.mil, with the anticipated award date set for March 2025. Proposals received within 45 days of this notice will be considered, although this opportunity is not a Total Small Business Set-Aside.
    Atlassian Software Renewal
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center at China Lake, CA, intends to procure a renewal of Atlassian software on a sole source basis, allowing competition only among authorized distributors. This procurement is crucial for maintaining the operational capabilities of the Navy, as Atlassian software is widely utilized for project management and collaboration within defense operations. The solicitation for this requirement is expected to be posted on the Contract Opportunities website at beta.SAM.gov around January 29, 2025. Interested parties must ensure they are registered in the System for Award Management (SAM) and can contact Donell Sims at donell.e.duenassims.civ@us.navy.mil for further information.
    Theater Battle Management Core Systems (TBMCS) 2.0 software development and sustainment support effort
    Buyer not available
    The Department of Defense, specifically the Marine Corps Systems Command (MARCORSYSCOM), is seeking qualified contractors to provide software development and sustainment support for the Theater Battle Management Core Systems (TBMCS) 2.0. The objective of this procurement is to enhance the TBMCS, which serves as a critical tool for air war planning, by developing, analyzing, integrating, and managing software applications that comply with modern software practices and cybersecurity standards. This initiative is vital for improving joint air warfare command and control capabilities, ensuring effective program management, and maintaining compliance with governmental directives. Interested parties must submit their capability statements and estimated pricing by March 17, 2025, to the designated contacts, Bryan D. Keys and Alicia Sims, at bryan.keys@usmc.mil and alicia.sims@usmc.mil, respectively.