Joint Planning and Execution Services (JPES) & Joint Capabilities Requirements Manager (JCRM) Software Sustainment 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 Defense Information Systems Agency (DISA) is consolidating three existing contracts into a single task order for Joint Planning and Execution Services (JPES) & Joint Capabilities Requirements Manager (JCRM) Software Sustainment Services. This procurement aims to optimize mission efficiencies by providing sustainment, maintenance, project management, and lab support for these critical systems. JPES is set to reach Full Operational Capability (FOC) in Q2 CY2026, replacing the legacy JOPES system, while JCRM integrates with JPES to create operational plan orders.
Scope of Work
The consolidated effort will encompass comprehensive sustainment and development activities, including:
- Project Management: Planning, risk management, quality assurance.
- JPES & JCRM Development & Sustainment: Agile development, CI/CD pipeline processes, building/deploying a First Look Site (FLS), and Tier 3 help desk support.
- Infrastructure Support: System administration, integration, and maintenance of software and hardware environments.
- Key Experience Areas (from prior market research): Agile methodologies, Information Assurance/Cybersecurity (RMF, POA&Ms, STIG), DevSecOps, Infrastructure as Code, VMWare ESXi, classified cloud migration (IL5, IL6), and AI integration.
Contract & Timeline
- Type: Firm Fixed Price with Time and Materials for Materials and Travel, issued as a Task Order under a GSA MAS vehicle.
- Set-Aside: Small Business Set-Aside.
- Period of Performance: Base period from January 4, 2027, to January 3, 2028, with four one-year option periods extending through January 3, 2032.
- Place of Performance: Primarily at DISA Headquarters, Ft. Meade, MD. Unclassified work may be performed at contractor facilities, while classified work and RMF execution will be at DISA facilities.
- Security: Requires a Final SECRET clearance for personnel.
- Key Personnel: Program Manager, Lead IA/Security Specialist, and Chief Engineer/Lead Architect.
Evaluation
The acquisition strategy will utilize a "best value tradeoff" approach. Market research indicated a competitive market with sufficient small business capabilities.
Additional Notes
This consolidation is expected to yield benefits such as accelerated acquisition, reduced administrative overhead, enhanced efficiency, and continuity of services. Existing contracts may be extended via FAR 52.217-8, and a short-term bridge contract is anticipated to ensure uninterrupted support during the transition. This notice is related to Sources Sought Notice 622572376.