Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 16, 2026 SAM #8817
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
 
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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.