Domestic Operations Support Services
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 Department of the Army, on behalf of the National Guard Bureau (NGB) J-3/4/7 Directorate, is conducting a Sources Sought to identify qualified 8(a) Small Businesses capable of providing Domestic Operations Support (DOMOPS) Services. This requirement seeks technical Subject Matter Experts (SMEs) and program management support for NGB's operations. Responses are due by January 26, 2026, at 5:00 PM EST.
Scope of Work
The contractor will provide non-personal DOMOPS Services, including technical SME and program management support. Key tasks involve researching, preparing, and reviewing high-level strategic and tactical documents, reports, agreements, and briefings. Support extends to program management activities, logistics, engineering, law enforcement projects, disaster/emergency response operations, and developing strategy, plans, and policies. Additional responsibilities include knowledge management, resource monitoring, gap analyses, record management, exercise planning/execution assistance, and analysis for document development, lessons learned, after-action reporting, fiscal tracking, and policy development.
Personnel are required to possess a Top-Secret clearance with SCI access and may be subject to involuntary recall for crisis support and continuity of operations. Performance will primarily be at the Herbert R. Temple, Jr., Army National Guard Readiness Center (TARC) in Arlington, VA, with some duties potentially at the Pentagon. Telework is generally not authorized, except for COOP during national emergencies.
Contract & Timeline
- Opportunity Type: Sources Sought
- Anticipated Contract Type: Firm-Fixed Price with Cost Reimbursement CLINs for Travel
- Anticipated Period of Performance: Five (5) years (one base year + four option years), commencing May 2026.
- Set-Aside: 8(a) Set-Aside (FAR 19.8)
- NAICS Code: 541990 (All Other Professional, Scientific, and Technical Services) with a $19.5M size standard.
- PSC: R408 (Program Management/Support Services)
- Response Due: January 26, 2026, 5:00 PM EST
- Published Date: January 14, 2026
Submission Requirements
Interested 8(a) Small Businesses must submit an Executive Summary (max 3 pages, 12-point font) via email to the listed contacts. Submissions must include:
- Company name, address, and Point of Contact (POC) information.
- SBA Size Status (including Case Number, Entrance Date, and Exit Dates for 8(a)).
- UEI and CAGE Number.
- Governmentwide Acquisition Contract (GWAC) Number, if applicable.
- No more than three (3) projects demonstrating relevant past performance (include contract numbers, scope, value, and supporting personnel qualifications).
- Recommendations to improve NGB's approach.
- Explanation of subcontracting/teaming arrangements, if applicable.
- Explanation of ability to perform at least 50% of the work as the Prime Contractor.
Additional Notes
This is a Sources Sought notice for market research purposes only and does not constitute a solicitation. No contract will be awarded from this announcement, and no feedback or evaluations will be provided on submissions. Telephone inquiries will not be accepted. The incumbent contract number is W9133L-21-C-3630.