Continuous Process Improvement Support Services
ID: TH072420241658Type: Sources Sought
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 information from qualified 8(a) small businesses to provide Continuous Process Improvement (CPI) Support Services at the Pentagon and other government facilities. The objective of this procurement is to enhance operational efficiencies through Integrated CPI, Business Process Reengineering (BPR), and organizational support services, including program management and training. This initiative is crucial for assessing new technologies and improving processes within the Department of Defense framework. Interested vendors must submit a Capabilities Statement detailing their qualifications and past performance by January 31, 2025, to the designated email addresses, with a focus on maintaining confidentiality and not including pricing information.

    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
    Title
    Type
    Similar Opportunities
    Administrative, Acquisition, Financial Management, Professional, and Support Services
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors to provide Administrative, Acquisition, Financial Management, Professional, and Program Management Support Services. This procurement aims to enhance operational efficiency for approximately 64,000 personnel in the National Capital Region, focusing on executive-level administrative assistance, acquisition management, financial analysis, and program oversight. The anticipated contract will be structured as an Indefinite Delivery, Indefinite Quantity (IDIQ) agreement with a 12-month base period and four 12-month option periods, beginning in November 2025. Interested firms, particularly small businesses, are encouraged to submit capability statements detailing relevant experience and past performance to Ronda Wilson at ronda.d.wilson2.civ@mail.mil or Stormy Anthony at Stormy.l.anthony.civ@mail.mil, noting that responses will not receive acknowledgment and no costs will be reimbursed for preparation efforts.
    Strategic Initiatives (SI) DSCA TEAMS
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking sources for the Strategic Initiatives (SI) Defense Security Cooperation Agency (DSCA) Technical Engineering Analytical Management Support (TEAMS) contract. This procurement aims to enhance strategic planning services and support the Defense Security Cooperation Agency's Golden Sentry Inventory Reporting (GSIR) End-Use Monitoring (EUM) Scanner Project, which involves programmatic and IT activities essential for managing defense articles sold internationally. The contractor will be responsible for providing personnel, technology, and support services while ensuring compliance with security protocols, including the requirement for contractor personnel to hold SECRET-level clearances. Interested parties must submit their capacity statements and qualifications by March 19, 2025, and can contact Kim Robinson-Leach at kim.m.robinson-leach.civ@mail.mil or Lamont Joy at darrell.l.joy2.civ@mail.mil for further information.
    CENTCOM Headquarters Indefinite Delivery Indefinite Quantity (IDIQ) Professional Services (CHIPS)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the CENTCOM Headquarters Indefinite Delivery Indefinite Quantity (IDIQ) Professional Services (CHIPS) contract, aimed at providing essential strategic planning and policy support services to U.S. Central Command (USCENTCOM). The procurement seeks non-personal services that include program management, analytical support, logistics, and communication synchronization, requiring contractors to possess specialized personnel with significant planning experience and appropriate security clearances. This initiative underscores the importance of maintaining operational effectiveness and strategic alignment within military operations, with a total contract value capped at $750 million over a base year and four optional years. Interested small businesses, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and SBA certified 8(a) firms, must submit their proposals electronically by January 9, 2024, and direct any inquiries to Jason Wilkin at Jason.Wilkin.2@us.af.mil.
    WHS/AD/DIU Commercial Solutions Opening
    Buyer not available
    Special Notice DEPT OF DEFENSE WASHINGTON HEADQUARTERS SERVICES (WHS) is seeking proposals for innovative, commercial technologies that accelerate attainment of asymmetric defense capabilities. The Defense Innovation Unit (DIU) aims to award funding agreements to nontraditional and traditional defense contractors for prototype projects that enhance the mission effectiveness of military personnel and supporting platforms. Interested parties are encouraged to visit the DIU website for more information on presenting their solutions and securing agreements under this Commercial Solutions Opening (CSO) Program.
    UNITED STATES MARINE CORPS (USMC) PACIFIC POSTURE ENTERPRISE (PPE)
    Buyer not available
    The United States Marine Corps (USMC) is seeking qualified small businesses to provide Information/Knowledge/Records Management and Microsoft 365 Application Support, as well as Enterprise Program Management and Financial Management Analysis Support Services for the Pacific Posture Enterprise (PPE). The procurement aims to enhance operational support and compliance with international agreements in the Pacific region, focusing on technical, analytical, and financial program analysis services, including the management and development of the Enterprise Decision Support Tool (eDST) and the Command Library. This opportunity is part of the 8(a) Program, with a one-year base contract and four one-year options, and interested firms must submit an eight-page capability statement by March 27, 2025, to Carrie Yearian at carrie.e.yearian.civ@usmc.mil or Kristina Schneider at kristina.r.schneider.civ@usmc.mil.
    Crane Conditioning Monitoring
    Buyer not available
    The Department of Defense, through the Strategic Systems Programs (SSP), is seeking industry input for Crane Conditioning Monitoring and Reporting Support Services. The primary objective is to identify capable firms that can manage and maintain the "Connected Crane Condition Technology and Asset Integrity analysis system (CCM PRO)" across multiple military facilities, focusing on risk assessments, inspections, and reporting for 160 cranes, with potential for expansion. This initiative is crucial for ensuring operational safety and efficiency within military infrastructure, supporting broader federal guidelines related to maintenance and readiness. Interested parties must submit White Paper Capability statements by March 24, 2025, and can direct inquiries to Amanda Beall at amanda.beall@ssp.navy.mil or Cris D Beveridge at cris.beveridge@ssp.navy.mil.
    Information Technology Services Support
    Buyer not available
    The Department of Defense, specifically the Army's Office of the Deputy Chief of Staff, G9, is seeking qualified contractors to provide Enterprise-level Information Technology Services Support, focusing on cybersecurity and data management. The procurement aims to enhance operational readiness and IT service delivery, with key objectives including cloud system administration, web services development, and Microsoft 365 support, all while adhering to Department of Defense Directives. This opportunity is set aside for small businesses under the 8(a) program, with responses due by 5:00 PM CDT on March 31, 2025, and interested firms are encouraged to submit their capabilities to primary contact LaTasha Cardwell at latasha.s.cardwell2.civ@army.mil or secondary contact Stephen Fuller at stephen.b.fuller4.civ@army.mil.
    Wright Patterson Airforce Base (WPAFB) Professional and Administrative Services
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking industry input for Professional and Administrative Services at Wright Patterson Air Force Base (WPAFB) in Arlington, Virginia. This Request for Information (RFI) aims to gather insights on how to fulfill various objectives outlined in the Statement of Objectives (SOO), which includes tasks such as student support services, IT and computer support, facilities management, and executive administration. The procurement is crucial for enhancing the operational efficiency and educational effectiveness of the Defense Security Cooperation University (DSCU), emphasizing the need for skilled personnel capable of delivering high-quality services in compliance with Department of Defense standards. Interested parties can reach out to Ali M. Beshir at ali.m.beshir.civ@mail.mil or Courtney Applewhite at courtney.s.applewhite.civ@mail.mil for further information.
    National Youth Challenge Program and the Department of Defense STARBASE Program
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking proposals for the National Youth Challenge Program and the Department of Defense STARBASE Program. This procurement aims to provide administrative management and general management consulting services to support these youth-oriented initiatives, which are crucial for fostering interest in science, technology, engineering, and mathematics (STEM) among young people. The opportunity is set aside for small businesses, with the relevant NAICS code being 541611 and PSC code R499. Interested parties can reach out to Aubrey McKinney at aubrey.j.mckinney2.civ@mail.mil or 571-992-4500, or Rainie Wells at rainie.wells.civ@mail.mil or 202-913-5749 for further information.
    U.S. Army Combat Capabilities Development Command (DEVCOM) Aviation & Missile Center (AvMC) Contracting Integrated Product Team (IPT) Findings & Recommendations
    Buyer not available
    Special Notice DEPT OF DEFENSE U.S. Army Combat Capabilities Development Command (DEVCOM) Aviation & Missile Center (AvMC) Contracting Integrated Product Team (IPT) Findings & Recommendations The U.S. Army Combat Capabilities Development Command (DEVCOM) Aviation & Missile Center (AvMC) is seeking findings and recommendations from their Contracting Integrated Product Team (IPT). This notice is a special request for information and suggestions related to the procurement process. The purpose of this notice is to gather insights and suggestions from industry experts and stakeholders to improve the contracting process within the DEVCOM AvMC. The findings and recommendations will be used to enhance efficiency, effectiveness, and overall performance in the procurement of goods and services. Interested parties are encouraged to provide their input and expertise to help identify areas for improvement and propose innovative solutions. The DEVCOM AvMC is particularly interested in suggestions that can streamline the procurement process, reduce costs, and enhance the quality of products and services acquired. This opportunity allows industry professionals to contribute to the development of a more efficient and effective procurement system within the U.S. Army. By participating in this process, vendors and contractors can help shape the future of procurement practices and contribute to the mission of the DEVCOM AvMC. For more information and to submit findings and recommendations, please contact Chrishana Hunt-Granger at chrishana.hunt-granger.civ@army.mil or 520-674-8253. Secondary contact information is also available through Devin Fountain at DEVIN.F.FOUNTAIN.CIV@ARMY.MIL or 2568427591. This special notice presents an opportunity for industry professionals to make a significant impact on the procurement process of the U.S. Army Combat Capabilities Development Command (DEVCOM) Aviation & Missile Center (AvMC).