CON 7170V, Analyzing Profit or Fee
ID: HQ003423P0079Type: Justification
Overview

Buyer

DEPT OF DEFENSEWASHINGTON HEADQUARTERS SERVICES (WHS)WASHINGTON HEADQUARTERS SERVICESWASHINGTON, DC, 203011000, USA

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)
Timeline
    Description

    The Department of Defense, through the Washington Headquarters Services, is seeking proposals for the development of a business simulation to support the project titled "CON 7170V, Analyzing Profit or Fee." This procurement aims to enhance the analysis of profit or fee structures, which is crucial for effective program management and support within the department. Interested vendors should note that the place of performance will be Fort Belvoir, Virginia, and they can reach out to primary contact Darrell L. Joy at darrell.l.joy2.civ@mail.mil or secondary contact Michael A. Kline at michael.a.kline42.civ@mail.mil for further inquiries regarding this opportunity.

    Point(s) of Contact
    Darrell L (Lamont) Joy
    darrell.l.joy2.civ@mail.mil
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Justification
    Similar Opportunities
    Implementation of Advanced Government Simulation Capabilities (IAGSC)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry participation for the Implementation of Advanced Government Simulation Capabilities (IAGSC) through a Sources Sought notice. This initiative aims to acquire non-personal services for software development, modeling and simulation integration, advanced research and development, cybersecurity measures, and lifecycle software testing, all critical for enhancing the capabilities of various DoD systems. The anticipated contract will be a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) with a ceiling of approximately $750 million, and it is expected to span a five-year ordering period with an additional five-year option. Interested parties must submit their responses, including a capabilities white paper and feedback on the draft Performance Work Statement, by March 28, 2025, and are encouraged to participate in an Industry Day scheduled for April 15, 2025, at Wright-Patterson Air Force Base, Ohio. For further inquiries, contact Carmen Mertz at carmen.mertz@us.af.mil or Austin Hurst at austin.hurst.2@us.af.mil.
    IM&T Program, Project, Data Management, Business Intelligence Support Services and Software Development & Sustainment Indefinite Delivery/Indefinite Quantity (IM&T IDIQ)
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Information Management and Technology (IM&T) support services. The contract will focus on three primary areas: Program and Project Management, Software Development and Sustainment, and Data Management and Business Intelligence, aimed at modernizing digital infrastructure and business systems to enhance global Security Cooperation efforts. This initiative is critical for managing IT initiatives, developing software, integrating systems, and providing advanced analytics to support mission-driven decision-making. Interested firms must submit capability statements by December 31, 2025, at 1:00 PM EDT, via email to the primary contact, Darrell Joy, at darrell.l.joy2.civ@mail.mil, or the secondary contact, Anaya Porter, at anaya.a.porter.civ@mail.mil.
    RFI: HAF/A5 Advanced Wargaming and Simulation Technologies for Integrated Force Design
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify U.S. vendors capable of providing advanced wargaming and simulation technologies for the Integrated Force Design initiative, known as the WarMatrix Ecosystem. The Air Force aims to transform its current capabilities by developing a digital system that enhances decision-making through advanced software, modeling and simulation (M&S), and Artificial Intelligence (AI), addressing existing challenges with outdated tools and disconnected systems. This initiative is crucial for achieving Decision Superiority and refining force design in future military campaigns. Interested vendors must submit capability briefs by January 9, 2026, at 2:00 PM EST, to Capt Richard Snyder at richard.snyder.12@us.af.mil, detailing their relevant technologies and experience.
    Program Manager Wargaming Capabilities - Software
    Buyer not available
    The Department of Defense, specifically the U.S. Marine Corps Program Manager Wargaming Capability (PM WGC), is seeking advanced software solutions for wargaming capabilities to support comprehensive military simulations. The objective is to develop a modular, open-architecture wargaming system that can execute end-to-end workflows—including planning, design, execution, data capture, analysis, and reporting—within a secure Azure cloud environment, addressing all levels of war and various warfighting domains. This initiative is crucial for enhancing military operational planning and analysis through sophisticated simulations. Interested vendors must submit an executive summary detailing their capabilities and technical approaches by January 30, 2026, and can engage further at the 2025 I/ITSEC conference. For inquiries, contact Victoria Downing at victoria.downing@usmc.mil or 703-784-1807.
    Redacted LSJ Propricer In-scope Modification
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency's Richmond Division 2, is seeking an in-scope modification for the LSJ Propricer under contract SP4703-21-F-0008P00003. This modification pertains to business application software, specifically a perpetual license software, which is critical for the agency's IT and telecom operations. The place of performance for this contract is Fort Belvoir, Virginia, and interested parties can reach out to Tom Walsh at thomas.j.walsh@dla.mil or Karen Earle at karen.earle@dla.mil for further details regarding this opportunity.
    C2 Digital and Simulation Support
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Leonard Wood, Missouri, is preparing to solicit proposals for Command and Control (C2) Digital and Simulation Support services. This procurement aims to acquire comprehensive digital training instruction and event support services, which will be performed in accordance with a detailed Performance Work Statement (PWS). The contract will be set aside for 8(a) Small Business Concerns and will consist of a firm-fixed price with a one-year base period and four optional one-year periods. Interested contractors should monitor sam.gov for the upcoming Request for Proposals (RFQ) under Solicitation Number W911S7-25-R-A015, expected to be posted on or after October 15, 2025. For further inquiries, potential bidders can contact Kimberly Krumm at kimberly.d.krumm.civ@army.mil or Julie West at julie.m.west4.civ@army.mil.
    Technical, Analytical and Financial Services, Deputy Chief of Staff (DCS, G-8) Directorates
    Buyer not available
    The Department of Defense, specifically 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. The procurement aims to secure a Cost Plus Fixed Fee (CPFF) contract that includes a base year, four option years, and a six-month extension, focusing on providing essential support services to enhance operational effectiveness. This contract is critical for ensuring the DCS G-8's ability to manage and execute its responsibilities effectively, with a total estimated value of $550,000. Interested parties must submit their proposal packages by 3:00 PM EST on December 16, 2025, and can direct inquiries to Salma K. Williamson or Gabriel Feltenstein via their provided email addresses.
    Salesforce follow on FOE
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a follow-on contract related to Salesforce services, as indicated in the Justification notice. The procurement aims to continue the development and support of business application software as a service, which is critical for enhancing IT and telecom capabilities within the department. This opportunity is set to take place in Washington, DC, and is essential for maintaining operational efficiency and effectiveness in the Air Force's IT infrastructure. Interested parties can reach out to Capt Richard Snyder at richard.snyder.12@us.af.mil or Kelante Montgomery at kelante.montgomery@us.af.mil for further details regarding the Fair Opportunity Exception and any associated timelines.
    DRAFT Statement of Work- Fort Belvoir Roofing SATOC IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for a Firm Fixed Price Indefinite Delivery-Indefinite Quantity (IDIQ) contract for roofing services at Fort Belvoir, Virginia. The project involves comprehensive roofing tasks, including installation, repair, sealing, and replacement of roofs on various buildings, ensuring they remain watertight and compliant with safety and industry standards. This procurement is crucial for maintaining the integrity of Army facilities and involves a projected budget between $10 million and $25 million over a five-year period, with potential extensions. Interested contractors should contact Melanie Palmas at melanie.d.palmas.civ@army.mil or Douglas Buffington at Douglas.D.Buffington.civ@Army.mil for further details, and are advised to monitor Sam.gov for updates on the solicitation, which is expected to be released by November 2024.
    Comply to Connect (NAC Replacement)
    Buyer not available
    The Department of Defense, through the Defense Finance and Accounting Service (DFAS), is seeking proposals for the Comply to Connect (NAC Replacement) project, which involves the procurement of business application software under the PSC code 7A21. This initiative aims to replace the existing NAC system, ensuring compliance and enhancing operational efficiency within the department. The software is critical for managing IT and telecom applications, thereby supporting the overall mission of the DFAS. Interested vendors can reach out to Gerald Whitsett at gerald.l.whitsett.civ@mail.mil or Jennifer A. Stegman at jennifer.a.stegman.civ@mail.mil for further details regarding this opportunity, which is set to take place in Reston, VA.