IM&T Program, Project, Data Management, Business Intelligence Support Services and Software Development & Sustainment Indefinite Delivery/Indefinite Quantity (IM&T IDIQ)
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 Defense, Washington Headquarters Services (WHS) is conducting a Sources Sought for a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide IM&T Program, Project, Data Management, Business Intelligence Support Services and Software Development & Sustainment to the Defense Security Cooperation Agency (DSCA) IM&T. This notice is for market research only. An amendment clarifies questions regarding IT Infrastructure and Operations. Responses are due February 26, 2026.
Scope of Work
DSCA IM&T requires comprehensive technical support across three major functional areas:
- Program and Project Management Support: Leadership, planning, execution, monitoring, and control of IT, Data Management, and Business Intelligence initiatives, utilizing Agile/Scaled Agile.
- Software Development and Sustainment Support: Build, test, deployment, and ongoing maintenance of IT systems, applications, and infrastructure, including DevSecOps, continuous software lifecycle evaluation, system integration, database management, application support, cloud services, and DevOps.
- Data Analysis and Business Intelligence Support: Management, integration, and analysis of data for decision-making, including data governance, architecture, modeling, warehousing, BI development, advanced analytics, AI/ML, data quality, and cloud/hybrid solutions. The latest amendment specifically asks for experience managing cloud and on-premises computing environments, networks, storage, and end-user devices, and ensuring high system availability, disaster recovery readiness, and responsive IT service delivery.
Contract & Timeline
- Type: Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ)
- Anticipated Value: $400M - $500M
- Period of Performance: Five-year ordering period with a 6-month extension option
- Anticipated Award/Start: August 2026
- Set-Aside: Encourages responses from all interested sources, including small business concerns (8(a), HUBZone, SDVOSB, WOSB, EDWOSB).
- NAICS: 541511 - "Custom Computer Programming Services" (Size Standard: $34.0M)
- Response Due: February 26, 2026, at 3:00 p.m. Eastern Time
- Published: February 17, 2026
Submission & Evaluation
- Submission Method: Tailored capabilities statement submitted electronically to whs.ncr.ad.mbx.dsca-group@mail.mil.
- Format: Word or PDF, not exceeding 25 pages, Times New Roman 12-inch font, 1-inch margins. Zipped files are not accepted.
- Evaluation: Responses will be reviewed for applicability and may be deemed "relevant" or "non-relevant" for market research purposes.
Additional Notes
This is a Sources Sought notice for market research ONLY and is not a Request for Proposal (RFP). The anticipated overall classification of work is SECRET, requiring contractors to possess a current and active facility clearance at this level at the time of proposal. WHS does not sponsor clearances.