Joint Planning and Execution Services (JPES) and Joint Capabilities Requirements Manager (JCRM) Software Sustainment and Maintenance
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) Global Force Management (GFM) Program Management Office (PMO) is seeking sustainment and maintenance services for the Joint Planning and Execution Services (JPES) and Joint Capabilities Requirements Manager (JCRM) software. JPES modernizes the DoD's primary system for planning military operations, while JCRM identifies force requirements for GFM allocation. This requirement will be competed via GSA MAS as a Total Small Business Set-Aside. A draft RFP is anticipated in April 2026, with the final RFP in May 2026.
Scope of Work
The effort encompasses comprehensive software sustainment and maintenance, including:
- Project Management: Planning, risk, quality, and schedule adherence.
- Software Development & Sustainment: Agile development, CI/CD pipelines, building/deploying unclassified First Look Sites (FLS), and Tier 3 Help Desk Support.
- Infrastructure Support: Maintaining and operating JPES & JCRM infrastructure and environments (sustainment, development, production), system administration, integration, and maintenance of software/hardware.
- Key Technologies: Agile methodologies (Scrum, Kanban), DevSecOps, Infrastructure as Code (IaC), Information Assurance (IA) and Cybersecurity (RMF, POA&Ms, STIG compliance), managing heterogeneous hardware/VMWare ESXi, migrating to classified cloud environments (IL5, IL6), and integrating Artificial Intelligence (AI).
Contract & Timeline
- Opportunity Type: Sources Sought (for market research), future RFP via GSA MAS.
- Set-Aside: Total Small Business.
- Anticipated Period of Performance: Base period from August 2026 to August 2027, with four 12-month option periods, extending to August 2031, plus a six-month extension option.
- Anticipated RFP Dates: Draft RFP in April 2026, Final RFP in May 2026.
- Original Sources Sought Response Due: July 7, 2025 (Note: Government is NOT asking for additional responses from this posting).
Place of Performance & Security
- Place of Performance: Primarily at DISA Headquarters, Ft. Meade, MD 20755-7088. Unclassified work may be performed at contractor facilities.
- Security Requirement: Work up to the Secret level. Personnel require a Final SECRET clearance and must undergo a Tier 3 investigation. A Final Secret Facility Clearance is required for the contractor.
Key Personnel & Special Requirements
- Key Personnel: Program Manager, Lead IA/Security Specialist, and Chief Engineer/Lead Architect are designated with specific experience requirements.
- Data Rights: Government retains rights to GOTS computer software, source/object code, and documentation.
- Supply Chain Risk Management (SCRM): Contract is subject to federal SCRM policies, requiring a plan and adherence to controls.
Notes
This is an update to a previous Sources Sought notice. The Government is NOT asking for additional responses from this posting. This information is for planning purposes only.