Skip to main content

An official website of the United States government

You have 2 new alerts

Defense Acquisition Visibility Environment (DAVE)

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Jan 31, 2025 02:29 pm EST
  • Original Response Date: Feb 18, 2025 12:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 05, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: DA01 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR)
  • NAICS Code:
    • 541511 - Custom Computer Programming Services
  • Place of Performance:
    Alexandria , VA 22350
    USA

Description

This Sources Sought Synopsis is in support of Market Research being conducted by the Washington Headquarters Services Acquisition Directorate (WHS AD) to identify potential qualified, experienced, and interested businesses to provide support of agile software sustainment of Defense Acquisition Visibility Environment (DAVE) and Acquisition Information Repository (AIR) Capabilities for the Office of the Under Secretary of Defense (Acquisition and Sustainment) (OUSD(A&S)) Acquisition Policy & Innovation (API) Directorate. This work requires the firm to have a current Secret, non-possessing DoD facilities clearance on day one of contract performance. 

The proposed North American Industry Classification Systems (NAICS) Code is 541511 which have a corresponding Size Standard of $34M. The Government will use this information to determine the best acquisition strategy for this procurement. This acquisition will comply with the provisions of the FAR and DFARS, including but not limited to FAR 19 - Small Business Programs, if applicable. 

The anticipated duration of this acquisition is a base period of 7.5 months, plus (4) 12-month option periods. The contract will also include a 6-month extension, if needed, in accordance with FAR 52.217-8, “Extension of Services.” The estimated award date is June 2025 (FY25).

Interested parties should review the attachments. Please submit your capabilities statements and any questions or suggestions based on a review of all attachments electronically to Katie Keisling at alana.k.keisling.civ@mail.mil and Elizabeth Vaeth at Elizabeth.i.vaeth.civ@mail.mil. Title your email: “DAVE Sources Sought Response [Your Firm Name].” Submit responses to this notice no later than 18 February 2025.

Attachments: Sources Sought and Draft Performance Work Statement (PWS). 

Disclaimer: This Sources Sought is issued solely for informational and planning purposes. This is not a solicitation. This notice neither constitutes a Request for Proposal, nor does it restrict WHS/AD to the ultimate acquisition approach. No contract will be awarded from this announcement and requests for solicitation will not receive a response. No reimbursement will be made for any cost associated with responding to this announcement.

Contact Information

Contracting Office Address

  • ACQUISITION DIRECTORATE RPN STE 12063 1155 DEFENSE PENTAGON
  • WASHINGTON , DC 203011000
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Mar 05, 2025 11:55 pm ESTSources Sought (Original)