Continuous Process Improvement Support Services
ID: TH072420241658Type: Presolicitation
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: PROGRAM MANAGEMENT/SUPPORT (R408)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified contractors to provide Continuous Process Improvement Support Services. The objective of this procurement is to assist the Facilities Services Directorate's Space Portfolio Division in enhancing operational efficiencies through Integrated Continuous Process Improvement, Business Process Reengineering, and related support services. This contract is crucial for the Department of Defense as it aims to optimize the management of space and real property assets, ensuring alignment with mission objectives. Interested vendors should note that this is a presolicitation notice, with a firm-fixed-price contract anticipated to be awarded by July 25, 2025, and a performance start date of August 1, 2025. For further inquiries, vendors can contact the WHS/AD FOMB Team at whs.pentagon.ad.mbx.fomb@mail.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Washington Headquarters Services, Acquisition Directorate is seeking information from potential 8(a) small businesses for Continuous Process Improvement (CPI) Support Services at the Pentagon and other facilities. This Sources Sought Notice is part of market research rather than a formal solicitation. The contractor will assist in the assessment of new technologies and provide various support services, including program management, project execution, and training in CPI and Business Process Reengineering (BPR). Key personnel must hold Secret facility clearances and possess extensive experience in pertinent fields, including program management and DoD operations. The anticipated workload includes multiple roles with specific labor hours allocated for project managers, management analysts, and business process analysts. The contract may last five years with a base year and four additional option periods. Interested vendors should submit a Capabilities Statement detailing their qualifications, past performance, and company information by January 31, 2025. This document reflects the government's objective to identify capable sources for improving operational efficiencies and continuous process enhancement within DoD frameworks.
    Lifecycle
    Similar Opportunities
    Enterprise Occupation Structure and Standards Development Support Services
    Dept Of Defense
    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.
    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.
    Internal Resource Management Application – Enterprise Resource Database Support
    Dept Of Defense
    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.
    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.
    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.
    Office of Small Business Programs Support Services - Amend 7
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for the Office of Small Business Programs Support Services. The contract aims to provide comprehensive operational and management support, including business execution, strategic communication, and mentor-protégé program support, with a total award amount of up to $24,500,000. The performance period is set to begin in January 2026, lasting for one base year with four additional option years extending through January 2031. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil or Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.
    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.
    Limited Sources Justification
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), has issued a Limited Sources Justification for a procurement opportunity related to professional program management and support services. The specific requirements and objectives of this procurement are detailed in the attached documentation, which outlines the justification for limited sources. These services are critical for ensuring effective program management within the Department of Defense, highlighting their importance in maintaining operational efficiency. Interested parties can reach out to Kimberly Kozlowski at kimberly.e.kozlowski.civ@mail.mil for further information regarding this opportunity.
    AbilityOne DOW Contract Management Services
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), intends to award an indefinite delivery-indefinite quantity (IDIQ) contract for contract management services to the National Industries for the Blind (NIB) under the AbilityOne program. This procurement aims to provide essential support for contract closeout services, including the deobligation of Unliquidated Obligations (ULOs) and Undelivered Orders (UDOs), as well as other administrative functions related to contract completion and closeout. The services are crucial for ensuring efficient management of contracts across various contracting activity organizations within the Department of War. Interested parties can reach out to Jonathan Bertsch at jonathan.bertsch@whs.mil or Fedline Crowell at fedline.crowell.civ@mail.mil for further information regarding this presolicitation notice.
    Facility Investment Services for 99th Readiness Division (RD), Region 4C
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is seeking qualified small businesses to provide Facility Investment Services for the 99th Readiness Division, Region 4C. The procurement aims to identify capable firms for Preventive Maintenance (PM) and Corrective Maintenance (CM) services, which include maintenance and repair of building exteriors, interior systems, and various infrastructure components. This initiative is crucial for ensuring the sustainment, restoration, and modernization of facilities in West Virginia and Western Virginia, with an estimated five-year ordering period. Interested parties must submit their capability statements and relevant documentation by December 16, 2025, at 5:00 PM EST to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil, and all employees must meet specific security requirements.