FY2025 RMSS RFI
ID: FY25004Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6EK HQDA PMGWASHINGTON, DC, 20310-2800, USA

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    The Department of Defense, specifically the Office of the Provost Marshal General (OPMG), is issuing a Request for Information (RFI) to identify potential sources for Resource Management Support Services, with an estimated contract value of approximately $3.94 million over a three-year period. The selected contractor will provide critical support in budget and programming coordination for OPMG, the Defense Forensics and Biometrics Agency, and the Army Corrections Command, including financial monitoring, Army Audit Readiness (AAR) assistance, and military human resource tasks. This opportunity emphasizes the need for expertise in federal budgeting processes and compliance with Department of Defense regulations, requiring at least a SECRET security clearance, with some tasks necessitating a TOP SECRET clearance. Interested Offerors must submit a summary of their capabilities within five days of this posting to Amanda Davis at Amanda.d.davis.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Office of the Provost Marshal General (OPMG) is seeking to award a contract for Resource Management Support Services, with a total estimated value of approximately $3.94 million over a three-year period. The contract encompasses mission-critical services that aid in budget and programming coordination for OPMG, the Defense Forensics and Biometrics Agency, and the Army Corrections Command. Key responsibilities include financial monitoring through the General Fund Enterprise Business System (GFEBS), supporting Army Audit Readiness (AAR), and assisting with military human resource tasks. The contractor must have expertise in federal budgeting processes, program management, and compliance with DoD regulations, requiring at least a SECRET security clearance, with some tasks necessitating a TOP SECRET clearance. Interested Offerors must submit a summary of their capabilities within 5 days of publication and can expect a sole-source award based on their submissions and subsequent one-on-one meetings with the government. The proposal encourages a comprehensive approach to resource management while ensuring alignment with federal standards and practices.
    Lifecycle
    Title
    Type
    FY2025 RMSS RFI
    Currently viewing
    Sources Sought
    Similar Opportunities
    DCPAS Annual Prospecting Record Data File
    Dept Of Defense
    The Department of Defense, through the Defense Human Resources Activity (DHRA), is issuing a sole-source task order for the procurement of annual prospect record data files under the General Services Administration (GSA) schedule GS00F022DA. This opportunity focuses on the management and collection of data, which is crucial for supporting the department's human resources activities and decision-making processes. The task order is part of ongoing efforts to maintain accurate and comprehensive data records that inform various HR initiatives within the defense sector. For further inquiries, interested parties can contact Courtney Fluellen at courtney.r.fluellen.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.
    Request for Information Trusted Partner Program
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command-Aberdeen Proving Ground-Research Triangle Park (ACC-APG-RTP), is issuing a Request for Information (RFI) to identify academic institutions interested in participating in a Trusted Partner Program (TPP) to support the U.S. Army Combat Capabilities Development Command (DEVCOM) Army Research Laboratory (ARL). The RFI aims to gather market research on potential offerors capable of conducting basic scientific research and providing science, technology, and engineering support across eleven key technical fields, with an emphasis on interdisciplinary projects and the ability to handle sensitive information. Responses to this RFI are voluntary and will inform the potential establishment of a Multiple Award Indefinite Delivery/Indefinite Quantity (ID/IQ) contract, with submissions due by December 31, 2025. Interested parties should direct inquiries to Meaghan Pimsler at meaghan.l.pimsler.civ@army.mil.
    Technical, Analytical and Financial Services, Deputy Chief of Staff (DCS, G-8) Directorates
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command – Aberdeen Proving Ground (ACC-APG), is soliciting proposals for Technical, Analytical, and Financial Support Services for the Deputy Chief of Staff (DCS, G-8) Directorates. This procurement aims to secure a Cost Plus Fixed Fee (CPFF) contract that includes a 12-month base period, four option years, and a six-month extension, focusing on providing essential support services that enhance the Army's operational capabilities. The contract will require compliance with various federal regulations, including performance evaluations and ethical standards, ensuring high-quality service delivery. Interested parties must submit their proposals electronically by December 16, 2025, at 3:00 PM EST, and can direct inquiries to Salma K. Williamson or Gabriel Feltenstein via their provided email addresses.
    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.
    ACC APG INSTALLATION & TECHNOLOGY DIVISION FY2026 COMPETITIVE/FAIR OPPORTUNITY UPDATES
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command-Aberdeen Proving Grounds (ACC-APG), is providing updates on upcoming competitive contracting opportunities for fiscal year 2026. These opportunities include a recompete for the US Army Garrison Post-Wide Minor Construction, estimated at $100M-$110M, and set aside for multiple award IDIQ contracts, with an anticipated award in the first quarter of FY 2026. Additionally, there are opportunities for Forestry Management Support Services and Facility Management Support, each valued between $12M-$15M, both designated as 8(a) Small Business Set-Asides with single award IDIQ contracts, expected to be awarded in the second quarter of FY 2026 and at a later date, respectively. Interested vendors are encouraged to submit questions via email to the designated Contracting Officer, with updates and responses to inquiries to be posted regularly. All information is subject to change, and no formal proposals should be submitted at this time.
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking information from potential contractors for a Firm-Fixed-Price contract to provide operation and maintenance (O&M) services, along with repair and minor construction, in support of the Defense Health Agency (DHA) Medical Research and Development Command (MRDC) at multiple locations. The contract will require 24/7 support for various medical, dental, pharmacy, and laboratory facilities, necessitating extensive knowledge of medical facility operations and compliance with Joint Commission standards. Interested contractors should note that this is a Sources Sought Notice for market research purposes only, with no solicitation currently available; responses are due by December 8, 2025, and inquiries can be directed to Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    ACC-APG, Tobyhanna Division FY26 Fair Opportunity
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Aberdeen Proving Ground (ACC-APG) Tobyhanna Division, is announcing a fair opportunity for upcoming competitive acquisitions in FY26. This initiative aims to enhance communication with stakeholders regarding various solicitations, which include services such as Video Surveillance System Maintenance, Basic Life Support Emergency Medical Services, and Minor Construction, among others. These services are critical for maintaining operational readiness and supporting the Army's diverse mission requirements. Interested parties should note that this posting is for informational purposes only, and no formal proposals should be submitted. For inquiries, contact Jenny Croughn at jenny.a.croughn.civ@army.mil or Kellie Coar at kellieann.k.coar.civ@army.mil. The estimated values for these contracts range from $250,000 to $600 million, with solicitations expected to be released primarily in the first three quarters of FY26.
    Workforce 3.0 - Managed Solution, Defense Healthcare Management Systems (WF3)
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to award a noncompetitive task order under the Workforce 3.0 contract to the Boston Consulting Group, Federal, as part of the follow-on to the successful completion of the Design-to-Outcome Task Order. This procurement aims to provide managed solutions in support of defense healthcare management systems, emphasizing the importance of professional support services in enhancing healthcare delivery for military personnel. Interested parties can reach out to primary contact Sonya Edom at sonya.m.edom.civ@health.mil or secondary contact JR Oliver at j.r.oliver.civ@health.mil 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.