Defense Procurement Network
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 Human Resources Activity (DHRA) is conducting a Sources Sought for a Defense Procurement Network (DPN). This initiative seeks a commercial off-the-shelf (COTS) software application to serve as a business-matching and event-management platform, facilitating engagement between DHRA program offices and small businesses nationwide. The DPN aims to enhance market research, reduce redundancies, and provide direct access to information on processes, requirements, and contracting vehicles. This is an 8(a) Set-Aside. Responses are due March 24, 2026.
Purpose & Scope
DHRA is performing market research to identify qualified vendors for a dynamic procurement platform. The platform will guide, equip, and connect small businesses with real-time opportunities within the Department of War (DoW) and the broader federal contracting landscape. The required COTS software must be a customizable, user-friendly, web-based solution with capabilities for event management, 24/7 chat support, meeting scheduling, and analytics. It should automate workflows for user registration, event participation, and meeting scheduling, and facilitate electronic matching of suppliers, buyers, and stakeholders based on specific criteria.
Key Requirements
The contractor must provide a COTS software application that complies with federal regulations for development, deployment, and maintenance. Key features include administrative and buyer/supplier consoles, robust reporting capabilities, and customized online forms for registration and surveys. Special requirements include:
- An active FEDRAMP authorization.
- Demonstrated experience in instructional design and training development for at least five federal agencies within the past five years.
- Experience delivering Section 508 and WCAG 2.1 compliant digital products.
- Prior delivery of event management and meeting facilitation services for government entities.
- Qualified key personnel, including a Project Manager with a relevant degree and at least 10 years of experience. Performance will primarily be at the contractor's location, with virtual communication.
Submission Details
This is a Sources Sought notice for market research; it is not a solicitation and does not guarantee a future award. Interested parties must be registered in SAM.gov and are encouraged to provide feedback on the proposed NAICS code 541511 (Custom Computer Programming Services). Vendors must submit an unclassified capability statement (maximum 12 pages) detailing company information, business type, socio-economic category, teaming arrangements, and expertise related to the draft PWS requirements. The statement should also include details on five similar federal agency projects completed within the last five years. Responses are due electronically by March 24, 2026, 2:00 PM UTC. Points of contact are Tameka Laws (tameka.j.laws.civ@mail.mil) and Matthew C. Poole (matthew.c.poole.civ@mail.mil).