Women, Peace and Security Policy support

SOL #: H91269629833Sources Sought

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR NORFOLK
NORFOLK, VA, 23511-3392, United States

Place of Performance

Washington, DC

NAICS

No NAICS code specified

PSC

No PSC code specified

Set Aside

No set aside specified

Timeline

1
Posted
May 14, 2026
2
Response Deadline
May 28, 2026, 7:00 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 the Navy, specifically NAVSUP FLT LOG CTR NORFOLK, is conducting a Sources Sought for market research to identify potential sources capable of providing Women, Peace and Security Policy support to the Joint Staff Strategy, Plans, and Policy Directorate (J5). This effort is a follow-on to a previous 8(a) sole-source contract. The applicable NAICS code is 541611 (Administrative Management and General Management Consulting Services) with a $25 Million size standard. Responses are due by May 28, 2026, at 3:00 PM (Philadelphia, PA time).

Purpose & Context

This Sources Sought Notice aims to gather market research information to determine the procurement method for a follow-on acquisition, including potential set-aside determinations. The previous contract, Firm Fixed Price GSA OASIS task order N0018924CZ103, was awarded on a single-source 8(a) basis to Forge Group. The follow-on procurement is anticipated to be awarded in August 2026, with services tentatively commencing in September 2026.

Scope of Work

The future contract will provide support to meet statutory obligations for implementing the Women, Peace, and Security (WPS) Act of 2017 and FY21 NDAA 1210E. Key support areas for the Deputy Directorate for Counter Threats and International Cooperation (DDCTIC) Stability and Humanitarian Division and Combatant Commands (CCMDs) include:

  • WPS Minimum Training Support: Deliver WPS courses, support Focal Points, maintain training modules, and provide analytical products.
  • Humanitarian Assistance (HA) Training Support: Capture lessons learned, develop standardized HA training, and integrate doctrine.
  • WPS Minimum Analytical Support: Facilitate WPS-informed sociocultural analyses into Joint Force operations.
  • WPS Minimum Reporting Support: Maintain relationships with WPS Advisors, assist in budget submissions, and support data collection.
  • WPS Minimum Data Engineering Support: Acquire and engineer mission-critical data sources, build automated data pipelines, and develop WPS AI agents.

Contract Details

  • Opportunity Type: Sources Sought (for market research)
  • Anticipated Contract Type: Firm Fixed Price (for the follow-on)
  • Anticipated Period of Performance: Base year (September 11, 2026, to September 10, 2027) with four (4) one-year option periods.
  • Place of Performance: Primarily Government sites within the National Capital Region (NCR) for Joint Staff Support, and appropriate CCMD Government sites for CCMD Support.
  • NAICS Code: 541611 (Administrative Management and General Management Consulting Services)
  • Size Standard: $25 Million
  • Set-Aside: None specified at this stage; market research will inform future decisions.

Submission Requirements

Prospective quoters must submit a tailored executive summary, no more than two (2) pages in length and no less than 10-point font, via email to yasmin.a.mohamed.civ@us.navy.mil. The submission must include:

  • Company name, address, email, website, point of contact, and phone number.
  • Indication of prime or subcontractor role; detail administrative/management structure if significant subcontracting is anticipated.
  • CAGE Codes for all prime and subcontractor prospective quoters.
  • Business size and type (e.g., Large, Small, 8(a), Hubzone, Woman-owned, Veteran-Owned, Service Disabled Veteran-owned) for all prime and subcontractors.
  • A tailored capability statement demonstrating ability to perform PWS requirements, including relevant past performance (within the last five years) with contract number, total dollar amount, period of performance, service description, and customer point of contact.

Key Dates & Contact

Important Notes

This is a Sources Sought Notice for information only and not a solicitation. No contract will be awarded from this announcement, and the Government will not pay for information received. Respondents will not be notified of results. Information may be updated or changed prior to an official solicitation.

People

Points of Contact

Files

Files

Download
Download

Versions

Version 1Viewing
Sources Sought
Posted: May 14, 2026
Women, Peace and Security Policy support | GovScope