Defense Contract Management Agency (DCMA) Information Technology (IT) Mission Support.
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Information Systems Agency (DISA) is conducting a Sources Sought to identify qualified small businesses for Information Technology (IT) Mission Support for the Defense Contract Management Agency (DCMA). This effort aims to ensure the availability, reliability, integrity, and security of DCMA's critical IT services. Responses are due by March 16, 2026, at 4:00 PM EST.
Purpose & Scope
DCMA requires comprehensive IT support for enterprise data centers, network infrastructure, and mission-hosted applications. Key technical capabilities include Department of War (DoW) Zero Trust Architecture, Higher Headquarters (HHQ) Compliance (FIAR, USCYBERCOM TASKORDs/IAVM, DISA STIGs), and support for various technologies such as VMware, IaaS, PaaS, SaaS, Windows, Linux, Active Directory, Oracle, MS SQL, SharePoint, F5, NAC, Firewalls, ACAS, FireEye, SIEM, PAM, GitLab, BigFix, Flexera, VPN, VDI, Azure, and GFUD. Specific support areas encompass cyber infrastructure, database administration, ICAM, web application support (99.9% uptime), software/patch deployment, and enterprise network/cybersecurity.
Contract & Eligibility
This is a Sources Sought Notice for market research, not a Request for Proposal. The anticipated Period of Performance is one base year with four one-year options, starting Q2 FY27. Anticipated places of performance include Carson, CA; Columbus, OH; Bedford, MA; Fort Lee, VA; and Smyrna, GA. The NAICS code is 541512 - Computer Systems Design Services (Size Standard: $34.0M).
This notice is specifically for small businesses, including Small Disadvantaged Businesses (SDB), Certified 8(a), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), HUBZone Small Businesses, and Woman-Owned Small Businesses (WOSB). All vendor personnel must be U.S. Citizens, possess a Secret Facility Clearance, and meet specific IA Baseline, Computing Environment, ADP Level, and Security Clearance requirements (T5 or T3 investigation, SECRET access), along with 8570/8140 compliance. Respondents must demonstrate the ability to perform in accordance with FAR clause 52.219-14, Limitations on Subcontracting.
Submission Details
Interested businesses must submit a brief capabilities statement (maximum 5 pages) addressing specific questions under Required Capabilities & Special Requirements. The statement should include business name/address, representative name/title, small business status, CAGE Code, and prime contract vehicles. Information on joint ventures or partnering plans is also requested. Proprietary information must be clearly marked. Submissions are for informational purposes only and do not guarantee a contract award.
Key Dates & Contacts
- Response Due: March 16, 2026, by 4:00 PM EST
- Published Date: March 2, 2026
- Submission Method: Email to ahsan.h.mohammad.civ@mail.mil and tammy.l.smith234.civ@mail.mil
- Primary Contact: Ahsan H. Mohammad (ahsan.h.mohammad.civ@mail.mil, 667-890-0387)
- Secondary Contact: Tammy Smith (tammy.l.smith234.civ@mail.mil, 667-891-5327)