USAR Analyst 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 Department of the Army is issuing a Sources Sought Notice for Analyst Support Services for the United States Army Reserve (USAR). This is a Total Small Business Set-Aside to identify qualified firms capable of providing non-personal analytical support. Responses are due May 11, 2026, at 1:00 PM EST.
Scope of Work
The requirement is for non-personal Analyst Support Services to enhance the Army Reserve's ability to rapidly respond to global contingency requirements. The contractor shall provide personnel, equipment, and supervision for analytical support across various USAR Staff Directorates, including:
- USAR G-3/5/7 Engineers
- USAR G-1, Civilian Personnel Management Office (CPMO)
- USAR G-4
- Specific roles such as Lead Program Analyst, Facility Sustainment Analyst, Real Property Management Analyst, Strategic Planning and Integration Analyst, Non-Tactical Vehicle (NTV) Fleet Management Analyst, and Personnel Management Analyst.
Contract & Timeline
- Opportunity Type: Sources Sought Notice (RFI)
- Anticipated NAICS: 541611 (Administrative Management and General Management Consulting Services)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Anticipated Period of Performance: 12-month base period with three separately priced 12-month option periods.
- Place of Performance: Government-provided facilities at USAR HQ (Ft. Bragg, NC), and various Readiness Divisions (RDs) and Mission Support Commands (MSCs) across the US.
- Response Due: May 11, 2026, at 1:00 PM EST
- Published: April 27, 2026
Key Requirements & Submission
This is not a solicitation; the government is seeking information to determine if this requirement can be set aside for small businesses and to identify potential sources. Respondents are requested to provide:
- Firm's name, point of contact, DUNS number, CAGE code, and small business status (including type and certifications).
- Interest in competing as a prime contractor and any subcontracting, joint venture, or teaming arrangements.
- Detailed information on previous experience with similar requirements (size, scope, complexity, timeframe, government/commercial, certifications).
- Information to determine if the services are commercially available (pricing, delivery schedules, terms, warranties).
- Suggestions on how to structure contract requirements to facilitate small business competition and recommendations to improve the draft PWS.
- Personnel Requirements: Contractor personnel must possess a SECRET Clearance, be able to read, write, speak, and understand English. U.S. citizenship is generally required. Key Personnel include Program Lead Analyst (PLA) and Task Lead Analyst (TLA).
- Submission: Responses must be emailed to rebecca.h.bowdren.civ@army.mil and casey.n.cambrin.civ@army.mil.
Additional Notes
This notice is for market research and planning purposes only and does not constitute a Request for Quote (RFQ), Invitation for Bid (IFB), or Request for Proposal (RFP). No payment will be made for information or administrative costs incurred in response. For competition concerns, contact Scott Kukes at scott.d.kukes.civ@mail.mil or 210-466-3015.