HQMC DC P&R B&E Financial Management 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 United States Marine Corps (USMC) Marine Corps Installation Command (MCICOM) Contracting Office is conducting market research via this Sources Sought Notice for Financial Management Support Services for the Deputy Commandant for Programs and Resources (DC P&R) Budget and Execution (B&E) Division. The goal is to identify small business capabilities to sustain, improve, and optimize HQMC fiscal execution business processes. Responses are due by February 2, 2026, 12:00 PM EST.
Scope of Work
The DRAFT Performance Work Statement (PWS) outlines seven key task areas:
- Task Area 1: Financial Execution Level Data Management, Analysis, and Reporting Support.
- Task Area 2: Field Level Execution Monitoring and Corrections Support.
- Task Area 3: Current Year Operational Support.
- Task Area 4: Oracle Business Intelligence Enterprise Edition (OBIEE)/Oracle Analytics Server (OAS) Financial Reporting Development Support.
- Task Area 5: Treasury United States General Ledger (USSGL) and USMC Financial Statement Interface and Transaction Detail Support.
- Task Area 6: Civilian Personnel Data Analysis, Reporting, and Other Administrative Support.
- Task Area 7: Advanced Training Support. Key systems involved include DAI, PBIS, ARMS, MCFAD, WYPC, TFSMS, HRLink, and ADVANA. The primary place of performance is the Pentagon, VA, with potential for contractor facilities or telework.
Contract & Timeline
- Type: Sources Sought (Market Research). Anticipated future contract type is a hybrid structure combining Firm-Fixed Price and Cost type CLINs.
- Anticipated NAICS: 541611 (Administrative Management and General Management Consulting Services) with a $24.5M size standard.
- Set-Aside: Focus is on the small business community. Interested parties must be a small business for the assigned NAICS code and possess an "acceptable accounting system."
- Response Due: February 2, 2026, 12:00 PM EST.
- Published: January 16, 2026.
Submission & Eligibility
Interested parties must submit a tailored written response detailing their company profile, interest as a Prime Contractor, relevant experience (past 3 years, especially with the DAI Financial System), specific technical skills, and feedback on the DRAFT PWS. Responses should address specific questions posed in the notice regarding NAICS/PSC codes, contract types, risks, PWS adequacy, unique requirements, commercial service definition, and GSA/GWAC vehicles. Submissions must be sent electronically to the Primary POC, Adam Cole (adam.cole@usmc.mil), with a courtesy copy to the Secondary POC, David F. Godfrey (david.godfrey@usmc.mil).
Additional Notes
This notice is for informational purposes only and does not constitute a solicitation. No costs incurred in responding will be reimbursed. Potential responders are responsible for monitoring SAM.gov for future solicitations.