Opportunity

SAM #H91269629833

Women, Peace and Security Policy Support and Training Services for Joint Staff J5

Buyer

NAVSUP FLC Norfolk

Posted

May 14, 2026

Respond By

May 28, 2026

Identifier

H91269629833

NAICS

541611, 541690, 541720, 928110

The Department of Defense Joint Staff J5 DD Counter Threats and International Cooperation (CTIC) is seeking contractor support for Women, Peace, and Security (WPS) policy implementation and training. - Government Buyer: - Department of Defense, Joint Staff J5 DD Counter Threats and International Cooperation (CTIC) - Contracting office: NAVSUP FLT LOG CTR NORFOLK - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation or attachments - Products/Services Requested: - Administrative management and general management consulting services (NAICS 541611) - Delivery of at least six WPS training courses annually - Sociocultural analysis and analytical support for WPS statutory requirements - Data collection, collation, and reporting for WPS and NATO requirements - Development and maintenance of humanitarian assistance training modules - Data engineering support including automated data pipelines and WPS AI agent development - Unique or Notable Requirements: - Key personnel must possess Top Secret clearance and relevant experience - Contractor must meet minimum statutory requirements of the WPS Act of 2017 and FY21 NDAA 1210E - Ability to provide tailored executive summaries and relevant past performance information - Places of Performance: - Pentagon (National Capital Region) - Designated Combatant Command (CCMD) Government sites - Contracting office in Norfolk, VA

Description

Sources Sought Notice

This announcement constitutes a Sources Sought Notice for market research information and planning purposes to identify the availability of potential sources capable of providing Joint Staff Strategy, Plans, and Policy Directorate (J5)  support as specified herein.  Refer to the attached draft Performance Work Statement (PWS) filed entitled, “Draft Performance Work Statement” attached hereto, which provides details on the performance requirements and periods of performance, are subject to future revisions and will be finalized with the release of the resultant official solicitation.

This requirement is a follow-on to Firm Fixed Price GSA OASIS task order N0018924CZ103 that was solicitated on a single source 8(a) basis with Forge Group.  The contract was significantly modified in August 2025 to account for new policy guidance and as such the remaining additional option years were deleted.  The results of the market research obtained via this sources sought notice will contribute to determining the method of procurement for the follow-on acquisition, particularly with respect to set-aside determinations.  Award of the resultant follow-on procurement is anticipated to occur in the month of August 2026, with services tentatively scheduled to commence 30 days thereafter in the month of September 2026.  The applicable NAICS code and size standard are 541611 (Administrative Management and General Management Consulting Services) and $25 Million, respectively.

Prospective quoters possessing the requisite skills, resources and capabilities necessary to perform the stated requirements attached hereto are invited to respond to this sources sought notice via the submission of a tailored executive summary, no more than two (2) pages in length and no less than 10 font size.  The submission should include the following information:

Company name; address; email address; web site address/URL; point of contact name; and phone number.  Please also indicate if the identified prospective quoter would be performing in the capacity of a prime or subcontractor in support of this requirement. If significant subcontracting or teaming is anticipated in order to demonstrate and deliver technical capability, prospective quoters should address the administrative and management structure of such arrangements. Contractor and Government Entity (CAGE) Codes for all prime and subcontractor prospective quoters. Size of business for all prime and subcontractor prospective quoters - Large Business, Small Business, Small Disadvantaged Business, 8(a), Hubzone, Woman-owned, Veteran-Owned, Service Disabled Veteran-owned, etc. A tailored capability statement displaying the prospective quoter’s ability to perform the PWS requirements attached herein in support of JS J5, to include past performance information. When providing past performance information, please include only relevant past performance on the same/similar work within the last five (5) years. This relevant past performance information should identify the applicable contract number; total contract dollar amount; contract period of performance; description of the relevant services provided; and a customer point of contact with corresponding telephone number and e-mail address.  If subcontractor past performance is provided in order to demonstrate technical capability, the prospective quoter should clearly detail what aspects of the requirement the contractor supported that are similar to the Joint Staff Strategy, Plans, and Policy Directorate (J5) requirement.

All submissions are required to be submitted via e-mail to yasmin.a.mohamed.civ@us.navy.mil no later than 3:00pm (local time/Philadelphia, PA) on 28 May 2026. Please direct any questions concerning this sources sought notice to Yasmin Mohamed via email.

This announcement constitutes a sources sought notice for written information only and is not to be construed in any way as a commitment by the Government. This is not a solicitation announcement for proposals or quotations and a contract or task order will not be awarded from this announcement, nor will the Government pay for the information received in response to this announcement. Respondents will not be notified of the results. Please note the information contained within this sources sought notice will be updated and/or may change prior to issuance of an official, subsequent solicitation.

View original listing