SOURCES SOUGHT
R -- Domestic Operations Support Services
- Notice Date
- 1/14/2026 8:27:58 AM
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- W39L USA NG READINESS CENTER ARLINGTON VA 22204-1382 USA
- ZIP Code
- 22204-1382
- Solicitation Number
- W9133L-K-26-1234
- Response Due
- 1/26/2026 2:00:00 PM
- Archive Date
- 03/30/2026
- Point of Contact
- Ms. Rochelle Frye, Andrew P. McMullen
- E-Mail Address
-
Rochelle.t.frye.civ@army.mil, andrew.p.mcmullen2.civ@army.mil
(Rochelle.t.frye.civ@army.mil, andrew.p.mcmullen2.civ@army.mil)
- Small Business Set-Aside
- 8A 8a Competed
- Description
- The purpose of this requirement is to provide non-personal Domestic Operations Support (DOMOPS) Services in support of the National Guard Bureau�s (NGB) J-3/4/7 Directorate. The overarching purpose of this non-personal services requirement is to provide technical subject matter expert (SME) and program management support required to facilitate the overall objectives of the National Guard Bureau�s (NGB) J3/4/7 Operations Directorate. The Contractor is required to have a Top-Secret clearance with SCI access, are subject to involuntary recall to support crisis and continuity of operations and may be required to travel. The requirement provides subject matter expertise to research, prepare, and/or review high-level strategic and tactical documents, reports, agreements, and briefings that support: execute program management activities; facilitate and assist with logistics, engineering and law enforcement projects; facilitate and assist with disaster and emergency response operations; provide subject matter expertise with developing strategy, plans and policies; assistance with administering knowledge management, resource monitoring, gap analyses, record management tasks; observe and assist with exercise planning, scheduling, execution, tracking, and analyses; and provide assistance and analysis leading to document development (including funding), lessons learned, after-action reporting, fiscal tracking and reporting, and policy development. The estimated period of performance consists of five (5) years (base and four option periods) commencing in May 2026. The contract type is anticipated to be Firm-Fixed Price with Cost Reimbursement CLINs for Travel.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/8ebbdf60d8ae4931a2a2893a68d35c5a/view)
- Place of Performance
- Address: Arlington, VA 22204, USA
- Zip Code: 22204
- Country: USA
- Zip Code: 22204
- Record
- SN07687494-F 20260116/260114230034 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |