Joint Enterprise Task Management System (JETMS)

SOL #: W519TC-26-JETMSSpecial Notice

Overview

Buyer

DEPT OF DEFENSE

Place of Performance

Fort Belvoir, VA

NAICS

Software Publishers (513210)

PSC

No PSC code specified

Set Aside

No set aside specified

Timeline

1
Posted
Feb 10, 2026
2
Last Updated
Mar 4, 2026
3
Action Date
Mar 16, 2026, 1:00 PM

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 War (DoW), through the Army Enterprise Staff Management System (AESMS), has issued a Call for Solution (CFS) for a Joint Enterprise Task Management System (JETMS). This initiative seeks a commercially available, AI-enhanced platform to modernize and integrate the Office of the Secretary of War's (OSW) Correspondence and Task Management System (CATMS) and the Army's Enterprise Task Management Software Solution (ETMS2). The goal is to significantly reduce administrative burden and accelerate decision-making. Solution Briefs are due by March 16, 2026, NLT 08:00am CST.

Purpose & Scope

The DoW aims to replace fragmented legacy tasking processes with a mature, scalable, and secure cloud-only solution. The desired platform must provide robust workflow management for tasks and correspondence across the Department, Services, and 4th Estate. Key attributes include:

  • Intelligent Automation: Leveraging AI/ML for task lifecycle automation, including intake, classification, AI-assisted drafting, automated routing, and response generation, targeting a measurable reduction in man-hours per task.
  • Modern User Experience & Interoperability: Intuitive, user-centric interface (desktop and mobile) with seamless integration via open APIs (e.g., Identity, Credential, and Access Management (ICAM) for Single Sign-On (SSO), Microsoft 365).
  • Enterprise-Grade Security & Scalability: Multi-tenant cloud architecture capable of scaling to over 150,000 daily active users, with a clear path to a rapid DoW Authority to Operate (ATO).
  • Data Ownership & Portability: Government retains unlimited rights to data and configurations, with a documented, non-proprietary method for data export to prevent vendor lock-in.

Submission Requirements

Companies must submit a Solution Brief via email to the Agreements Officer and Specialist. The submission must be a single PDF document, primarily using 12-point font (10-point for headers/footers, smaller for tables/graphics). The Solution Brief includes:

  • Title Page (not counted against page limit)
  • Executive Summary (1 page, counts toward limit)
  • High-Level Solution/Concept (3 pages max, counts toward limit) explicitly addressing the Problem Statement and Desired Solution Attributes.
  • Rough Order of Magnitude (ROM)/Schedule (1 page, not counted against page limit) for 150,000 annual users.
  • Company Viability (1 page, counts toward limit)
  • Affirmation of Business Status Certification (not counted against page limit)
  • Intellectual Property Statement/Agreement/Disclosures (not counted against page limit)

Submissions must explicitly address three Gate Criteria for initial evaluation (Acceptable/Unacceptable):

  1. Current ATO: Possess an active Impact Level 5 (IL5) or higher ATO, OR operate on an IL5+ hosting platform with a clear, credible path to a rapid DoW ATO.
  2. AI Experience: Demonstrated experience integrating and deploying AI capabilities in an enterprise environment.
  3. Architecture: Solution must be a scalable, self-contained, browser-based application (cloud-only).

Evaluation & Award

Evaluation will proceed in up to three phases: Solution Brief, Live Pitch (Demonstration)/Technical Discussion, and Solution Proposal. Evaluation criteria, in order of importance, are: Speed to Delivery (heavily weighted towards existing IL5+ ATO), Technical Merit, Viability, Adoptability, and Price (lowest importance). This CFS will be awarded under DFARS 212.70 and Army Open Solicitation (AOS) procedures, potentially resulting in a prototype Other Transaction (OT) under 10 U.S.C. § 4022. A successful prototype OT may lead to a follow-on production contract without further competitive procedures. The intended NAICS code is 513210.

Key Dates & Contacts

Additional Notes

Non-Government advisors from Chenega IT Enterprise Services (CITES), LLC may assist with evaluations. Companies wishing to enter into an NDA with these advisors must do so directly; the Government will not be a party to such agreements. Offerors are responsible for monitoring SAM.gov for any further amendments.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
View

Versions

Version 4Viewing
Special Notice
Posted: Mar 4, 2026
Version 3
Special Notice
Posted: Feb 24, 2026
View
Version 2
Special Notice
Posted: Feb 17, 2026
View
Version 1
Special Notice
Posted: Feb 10, 2026
View
Joint Enterprise Task Management System (JETMS) | GovScope