JWCC Engineering and PMO Support
ID: 832572839Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEFENSE INFORMATION SYSTEMS AGENCY (DISA)IT CONTRACTING DIVISION - PL83SCOTT AFB, IL, 62225-5406, USA

NAICS

Computer Systems Design Services (541512)

Set Aside

8a Competed (8A)
Timeline
    Description

    The Defense Information Systems Agency (DISA) is seeking sources for the Joint Warfighting Cloud Capability (JWCC) Engineering and Program Management Office (PMO) Support, specifically targeting 8(a) certified small businesses. The procurement aims to secure a range of IT services, including cloud engineering, cybersecurity, financial management, program execution support, and technical writing, to facilitate the Department of Defense's adoption of commercial cloud capabilities. This initiative is critical for enhancing the DoD's cloud infrastructure and operational efficiency, with an anticipated contract performance period of approximately five years, starting with a one-month transition period in April 2026. Interested businesses must submit their responses detailing their capabilities and experience by July 31, 2025, and can direct inquiries to Jacob Argent at jacob.w.argent.civ@mail.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Defense Information Systems Agency (DISA) is issuing a Sources Sought Notice to find 8(a) certified small businesses capable of providing a range of IT services for the Joint Warfighting Cloud Capability (JWCC) Engineering/Program Management Office (PMO). The JWCC is designed to facilitate the Department of Defense's (DoD) adoption of commercial cloud capabilities. Required services include cloud engineering, cybersecurity, financial management, program execution support, and technical writing to assist with cloud migration. The anticipated contract will have a total performance period of approximately 5 years, starting with a 1-month transition period in April 2026. Work locations include DISA facilities both in the U.S. and overseas, with provisions for remote work under specific conditions. The announcement outlines several critical areas of expertise, particularly in cloud infrastructure, cybersecurity, and software engineering. Interested businesses must submit their response by July 31, 2025, detailing their capabilities, experience, and relevant certifications. The source sought aims to assess the market for small businesses before formalizing procurement processes and does not obligate the government to award a contract.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Class J&A for Expiring CSA's
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking to extend expiring Communication Service Authorizations (CSAs) via a Justification for Other Than Full and Open Competition (J&A). This procurement aims to ensure the continuity of essential long-haul telecommunications services provided by various contractors to military departments and federal agencies, which are critical for both routine operations and national security. The J&A highlights the necessity of maintaining these services uninterrupted while DISA's Defense Information Technology Contracting Organization (DITCO) evaluates options for re-competition or discontinuance, with plans for competitive re-awards where feasible. Interested parties can reach out to Tara D. Whitaker at 618-418-6485 or via email at Tara.D.Whitaker2.civ@mail.mil for further details.
    Draft RFP - Enterprise Service Solutions IV
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking industry feedback on a draft Request for Proposal (RFP) for the Enterprise Service Solutions IV contract. This procurement aims to establish an indefinite delivery/indefinite quantity contract for managed storage services and on-demand storage solutions, addressing the need for a scalable storage system that can adapt to varying demands while ensuring cost flexibility and comprehensive maintenance of necessary assets. The contract will support both continental United States (CONUS) and outside continental United States (OCONUS) operations, emphasizing high availability, security, and interoperability with existing government infrastructure. Interested parties can direct inquiries to Tricia L. Singler at tricia.l.singler.civ@mail.mil or Joe Santel at joseph.l.santel2.civ@mail.mil, with no proposals accepted in response to this draft notice.
    Defense Information Systems Agency (DISA) Commercial Solutions Opening (CSO) - Other Transactions for Prototype Projects
    Dept Of Defense
    The Defense Information Systems Agency (DISA) is inviting proposals for its Commercial Solutions Opening (CSO) HC108425S0001, aimed at fostering innovative commercial technologies through prototype projects. This initiative seeks to partner with both traditional and nontraditional defense contractors, as well as nonprofit organizations, to enhance defense capabilities while bypassing standard Federal Acquisition Regulations under the authority of 10 U.S.C. § 4022. The CSO outlines a three-phase evaluation process that includes submitting Solution Briefs, participating in Pitch sessions, and submitting full proposals for selected candidates, emphasizing technical merit and innovation aligned with specific Areas of Interest (AOIs). Interested parties can reach out to the DITCO OTA Mailbox at disa.scott.ditco.mbx.ps84-other-transaction-authority@mail.mil for further information, noting that awards will depend on available funding and may lead to follow-on production contracts for successful prototypes.
    USSOUTHCOM J2 EDA IDIQ
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the USSOUTHCOM J2 Enhanced Domain Awareness (EDA) Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This contract aims to provide strategic and technical support services to enhance domain awareness, requiring various IT and data management professionals, including roles such as Cloud Web Developer and Geospatial Solutions Architect. The contract includes a one-month phase-in period followed by a four-month base period, with three optional 12-month extensions, and emphasizes the reimbursement of other direct costs based on actual expenses incurred. Interested contractors must submit their proposals by January 5, 2026, at 11:00 AM, and can direct inquiries to Tonya Johnson at tonya.k.johnson11.civ@mail.mil or Sherwin Riley at sherwin.d.riley.civ@mail.mil.
    Commercial Solutions Opening for Joint All-Domain Command and Control (JADC2)
    Dept Of Defense
    The Department of Defense, specifically the Air Force's Architecture and Integration Directorate (AFLCMC/XA), is seeking innovative solutions through its Commercial Solutions Opening (CSO) for Joint All-Domain Command and Control (JADC2). The objective is to enhance capabilities related to aerial communications and networking systems, focusing on Software Programmable Open Mission Systems Compliant (SPOC) Multi-Function Processors (MFPs) that support the Department of the Air Force's Battle Management Network. This initiative is critical for developing scalable, resilient, and open-architecture solutions that can operate effectively in various operational environments. Interested vendors must submit White Papers by April 9, 2024, detailing their proposed solutions, with potential contract awards anticipated by August 2, 2024. For inquiries, contact Capt Alexandra Hutchinson or Mr. Chhunheng Phay.
    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.
    Class J&A for expiring CSAs Amendment 1
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is issuing a Justification and Approval (J&A) for the amendment of expiring Communications Service Agreements (CSAs). This opportunity involves Amendment 1 to Class J&A for Expiring CSAs, specifically identified as J&A23-010 AMD 01, which is crucial for maintaining continuity in satellite communications and telecom access services. The procurement is significant as it ensures the ongoing operational capability of essential IT and telecom services within the defense sector. Interested parties can reach out to Tara D. Whitaker at Tara.D.Whitaker2.civ@mail.mil or by phone at 618-418-6485 for further details regarding this opportunity.
    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.
    Consolidated Standard Inmarsat Broadband Global Area Network (BGAN) and Global Xpress (GX) Services for the Department of Defense (DoD) and Federal Agencies
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking to establish a Blanket Purchase Agreement (BPA) Bridge for Consolidated Standard Inmarsat Broadband Global Area Network (BGAN) and Global Xpress (GX) Services. This procurement aims to provide essential telecommunications services to the DoD and other federal agencies, ensuring reliable and efficient connectivity for various operations. The services are critical for maintaining communication capabilities in diverse environments, supporting both operational and strategic missions. Interested vendors can reach out to primary contact Jenalle L. Hilmes at jenalle.hilmes@disa.mil or by phone at 618-418-6585, or secondary contact Ashley T. Hubert at ashley.t.hubert.civ@mail.mil or 618-418-6249 for further details.
    USCG Cloud Computing (Sole Source)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractor support for a sole source contract focused on cloud computing services. The primary objective is to integrate, sustain, and develop the Coast Guard Intelligence Enterprise (CGIE), which includes the Intelligence Data Service and Cloud Support Services for the U.S. Coast Guard's Intelligence Coordination Center and the Intelligence Information Systems Processing Center (I2SPC). This initiative is crucial for maintaining a central repository of data and enhancing the overall system infrastructure and data management capabilities. Interested parties can reach out to Nakia G. Shaw at nakia.g.shaw@uscg.mil or Joshua Raheem at joshua.raheem@uscg.mil for further details, noting that this contract is not set aside for small businesses and is expected to last for six months.