SOURCES SOUGHT
D -- Website Design, Development, and Maintenance Support
- Notice Date
- 3/3/2026 8:21:56 AM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- PROGRAM SUPPORT CENTER ACQ MGMT SVC ROCKVILLE MD 20857 USA
- ZIP Code
- 20857
- Solicitation Number
- R00010
- Response Due
- 3/20/2026 11:00:00 AM
- Archive Date
- 03/20/2026
- Point of Contact
- Cynthia Gray, Phone: 301-492-4392
- E-Mail Address
-
cynthia.gray@hhs.gov
(cynthia.gray@hhs.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- SOURCES SOUGHT NOTICE Website Design, Development, and Maintenance Support Office on Women�s Health (OWH) U.S. Department of Health & Human Services (HHS) I. INTRODUCTION This is a Sources Sought Notice issued for market research purposes only in accordance with FAR Part 10. This is not a Request for Proposal (RFP), Request for Quote (RFQ), or Invitation for Bid (IFB). No contract will be awarded from this notice. HHS/OASH/OWH seeks information from qualified vendors capable of providing website design, development, operations, and maintenance support for the Government-Owned, Contractor-Operated (GOCO) WomensHealth.gov website and related digital products. The Government is conducting this market research to determine the availability and capability of businesses, including small businesses, and to inform acquisition strategy. II. BACKGROUND WomensHealth.gov serves as a primary federal resource for women�s health information and public engagement. The platform operates within an HHS/OASH cloud-hosted environment managed in coordination with OASH OCIO and the Unified Web Platform (UWP) team. OWH seeks contractor support to maintain, enhance, and expand its digital presence to improve public engagement, accessibility, and programmatic reach. III. SCOPE OF SUPPORT (DRAFT � SUBJECT TO CHANGE) � Website Operations and Maintenance: CMS support, code maintenance, performance monitoring, security compliance coordination, and governance support with UWP. � Agile Web Development: Iterative development, front-end and back-end development, API development, integrations, and feature enhancements. � User Experience (UX) and Design: Human-centered design, UX/UI research and testing, Section 508 accessibility compliance. � Audience Research and User Testing: Usability testing, analytics interpretation, and audience research. � Digital Communications Support: Outreach campaigns, webinar support, virtual events, and health storytelling. IV. ANTICIPATED CONTRACT INFORMATION NAICS Code (anticipated): 541512 Size Standard: $34 million Period of Performance (anticipated): One (1) 12-month base period with four (4) 12-month option periods. V. CAPABILITY REQUIREMENTS � Federal digital services delivery � Agile software development in federal environments � CMS-based web platform development and maintenance � API development and system integrations � Cloud-hosted web operations � Section 508 accessibility compliance � Federal web governance environments � Data analytics and performance optimization � Digital communications strategy and public engagement VI. SUBMISSION INSTRUCTIONS Interested vendors shall submit a capability statement (maximum 10 pages) including: � Company name, UEI number, and SAM registration confirmation � Business size and socioeconomic status � Primary NAICS code � Relevant contract vehicles (e.g., GSA Schedule) � Point of contact information � Relevant past performance (last five years) � Capability to perform as a prime contractor � Feedback on recommended NAICS code (if applicable) VII. QUESTIONS Questions regarding this notice must be submitted via email no later than Monday, March 9, 2026. Responses to questions may be posted publicly if deemed necessary. VIII. RESPONSE DEADLINE Responses must be submitted electronically no later than March 20, 2026, to: Cynthia Gray Contracting Officer Cynthia.Gray@hhs.gov IX. DISCLAIMER This notice is for market research purposes only. The Government does not intend to award a contract based on this notice and is not responsible for any costs incurred in responding. Responses will not be returned. The Government reserves the right to use any non-proprietary information provided in any resultant solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/4a04b7dd819446ac8e76ef3041c43ed2/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07733128-F 20260305/260303230044 (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 |