Information System Operation Services Support
ID: W91151-25-R-0014Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FDO FT CAVAZOSFORT CAVAZOS, TX, 76544-0000, USA

NAICS

Computer Facilities Management Services (541513)

PSC

IT AND TELECOM - DATA CENTER SUPPORT SERVICES (LABOR) (DC01)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide Information System Operation Services Support (ISOSS) at White Sands Missile Range (WSMR) in New Mexico. The procurement aims to secure IT management support services that ensure the maintenance of the Army's information systems infrastructure, emphasizing cybersecurity compliance, reliable IT infrastructure, and robust Help Desk support. This contract, which spans five years, is critical for enhancing mission capabilities through skilled IT management and support, with a focus on aligning services with operational goals. Interested parties must submit their responses by April 7, 2025, at 4:00 PM CST, to the primary contact, Stephany Mitchell, at stephany.n.mitchell.civ@army.mil, or the secondary contact, Lexie Morin, at lexie.a.morin.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a non-personal service contract for Information Systems Operations Service Support (ISOSS) at White Sands Missile Range (WSMR) in New Mexico. The contractor is responsible for delivering IT management support services essential for maintaining the Army's information systems infrastructure. Key objectives include providing secure, reliable, and efficient IT infrastructure, maintaining cybersecurity compliance, and offering robust Help Desk support. The PWS emphasizes the necessity for contractor personnel to hold appropriate certifications in cybersecurity and IT management, as well as the need for compliance with various Army Regulations. The contract spans five years and involves a comprehensive Quality Control Plan to ensure service quality, with strict adherence to security protocols for personnel access, training, and equipment handling. Performance requirements include availability for after-hours support, adherence to road access constraints during military operations, and compliance with multiple IT management standards. The contractor's deliverables include monthly progress reports, summarizing performance metrics, staffing updates, and incident resolutions. The document emphasizes the alignment of IT services with the operational goals of WSMR, showcasing the mission-focused nature of the contracted services. Overall, this contract aims to enhance mission capabilities through skilled IT management and support.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Mission Test support Services (MTSS) Extension
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to extend the Mission Test Support Services (MTSS) at Yuma Proving Ground in Arizona. This procurement involves professional engineering and technical support services, as outlined in the attached Justification and Approval document. The MTSS is crucial for ensuring the successful execution of mission testing and evaluation activities, which are vital for military readiness and operational effectiveness. Interested parties can reach out to Karen F. Davis at karen.f.davis.civ@army.mil or by phone at 928-328-6124 for further details regarding this opportunity.
    U.S. Army Space and Missile Defense Command Reagan Test Site (RTS) Operations, Sustainment, Improvement, and Engineering (ROSIE) Follow-On Requirements – RFI Special Notice
    Dept Of Defense
    The U.S. Army Space and Missile Defense Command (USASMDC) is issuing a Request for Information (RFI) regarding the follow-on requirements for the Reagan Test Site (RTS) Operations, Sustainment, Improvement, and Engineering (ROSIE) contract. This RFI aims to gather market research and planning insights for anticipated contractor support services at the RTS, which is critical for ballistic missile testing and space operations, located on Kwajalein Atoll and in Huntsville, Alabama. Key requirements include security clearances, mission support for various technical services, and addressing challenges posed by the remote and corrosive environment of Kwajalein. Responses to this RFI are due by December 17, 2025, and interested U.S. companies should direct inquiries to Shasta A. Davis or Tiffany N. Kimbrough via the provided email address.
    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.
    Draft PWS for the MIOSS Program
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified 8(a) contractors to provide Instructor Operator Support Services (MIOSS) for the Medical Simulation Training Center (MSTC). The contract aims to deliver instructor/operator support for medical training, including teacher-led and scenario-based training for both medical and non-medical personnel, with a focus on sustaining Combat Medic (68W MOS) skills and other tiered medical training. This opportunity is crucial for enhancing the training capabilities of U.S. military personnel and ensuring adherence to medical certification standards. Interested contractors are encouraged to submit questions and comments regarding the Draft Performance Work Statement (PWS) by January 6, 2026, and an Industry Day is planned for the week of January 11, 2026, at Fort Stewart, Georgia. For further inquiries, contact Carly Haning at carly.j.haning.civ@army.mil or Christina Minnon at christina.l.minnon.civ@army.mil.
    GUIDED MISSILE BUILDING ON SALINAS PEAK, AT WHITE SANDS MISSILE RANGE, SIERRA COUNTY, NEW MEXICO
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the construction of a guided missile building on Salinas Peak at the White Sands Missile Range in Sierra County, New Mexico. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is classified under the PSC code Y1FB for the construction of recreational buildings. The successful contractor will play a crucial role in supporting military operations by providing essential infrastructure at a key testing and training facility. Interested parties can reach out to Diana Keeran at DIANA.M.KEERAN@USACE.ARMY.MIL or by phone at 505-342-3263 for further details regarding the solicitation process.
    MDA Agile Professional Services Solution (MAPSS)
    Dept Of Defense
    The Missile Defense Agency (MDA) is seeking industry participation for its Agile Professional Services Solutions (MAPSS) initiative, which aims to procure advisory and assistance services to enhance missile defense capabilities for the U.S. and its allies. The procurement will be structured in multiple tranches, focusing on various areas such as engineering, logistics, cybersecurity, and program support, with a significant emphasis on engaging small businesses. This initiative is critical for maintaining and advancing the operational effectiveness of the Missile Defense System, with an estimated total contract value of approximately $5.5 billion over the next decade. Interested vendors are encouraged to submit their capabilities statements and responses to the Requests for Information (RFIs) by October 3, 2024, and can direct inquiries to Jennie Frantum at jennie.frantum@mda.mil or by phone at 256-450-3442.
    SLDMS 12 Month Bridge
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure IT Professional Services through a task order titled "SLDMS 12 Month Bridge." This procurement aims to provide essential support to the Headquarters Department of the Army (HQDA) SLD Office, encompassing database planning and design, systems analysis, programming, software development, and project management for the SLDMS, which includes four modular web applications serving distinct managed populations. Interested vendors can reach out to Carolina Banks at carolina.d.banks.civ@army.mil or call 703-806-8448 for further details regarding this opportunity.
    Oracle Software Maintenance and Support Renewal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to renew Oracle software maintenance and support services through a federal contract. This procurement aims to ensure continued operational efficiency and support for critical IT and telecom service delivery management systems utilized by the Army. The maintenance and support services are vital for the ongoing functionality of hardware and perpetual license software, which play a significant role in the Army's IT infrastructure. Interested vendors can reach out to Darrell May at darrell.e.may.civ@army.mil or Taylor Wellman at hobart.t.wellman.civ@army.mil for further details regarding this opportunity.
    (SPA) ProjNet Sofware
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Albuquerque District, intends to award a sole-source contract for access to ProjNet software, which is essential for managing Bidders Inquiry processes for procurements. The contract will provide subscription services for continuous access to the ProjNet Bidder Inquiry software, ensuring uninterrupted service and maintenance for both government users and industry stakeholders involved in project reviews. This software is critical for compliance with Engineer Regulation 1110-1-8159, which mandates the use of Dr.Checks for military and civil projects requiring design reviews. Interested parties may submit capability statements or proposals by December 18, 2025, to Harry J Rivera Reyes at harry.j.riverareyes@usace.army.mil, with no reimbursement for submission costs. Firms must be registered in the System for Award Management (SAM) to be eligible for contract award.
    Request for Information – Small Form Factor Component Technologies for a C-sUAS Interceptor
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking information from qualified companies regarding small form factor component technologies for a Counter-Small Unmanned Aircraft System (C-sUAS) interceptor. The objective is to gather data on existing missile component technologies, including seekers, Control Actuation Systems (CAS), batteries, Guidance Navigation Units/Inertial Measurement Units (GNU/IMU), and mission computers, that meet specific performance and production criteria. This initiative is crucial in addressing the evolving threats posed by small unmanned aircraft systems in modern warfare, aiming to develop interceptors that are smaller, more cost-effective, and capable of high-volume production. Interested parties must submit their responses, including a technical white paper and an Excel data sheet, by 11:00 AM CST on December 19, 2025, to the primary contact, Tammy J. Benson, at tammy.j.benson.civ@army.mil.