NAVIFOR N4 Directorate Program’s Support Services
ID: N0018925R0019Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Computer Systems Design Services (541512)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is soliciting proposals for contractor support services for the management, support, and operation of the Naval Information Forces (NAVIFOR) N4 Directorate Programs, including systems such as Collaboration at Sea (CAS) and CENTRIXS-M. The objective is to ensure seamless integration with naval and joint systems while adhering to security standards and performance metrics, ultimately supporting scalability and future enhancements of these critical communication programs. This Firm Fixed Price Indefinite Delivery Indefinite Quantity (FFP IDIQ) contract is set to run from September 2025 to March 2031, with a minimum guarantee of $10,000 and a ceiling value of $78 million for task orders. Interested parties must submit their proposals electronically by May 16, 2025, and can direct inquiries to Amy Barnes at amy.m.barnes14.civ@us.navy.mil or Jacob Gephart at jacob.n.gephart.civ@us.navy.mil.

    Files
    Title
    Posted
    This document outlines the labor categories and associated workloads for a federal government contract, specifically detailing personnel requirements across various roles over multiple base ordering periods. The positions include Contractor Program Managers, Functional Specialists, Software Developers, Systems Administrators, Security Specialists, and Database Architects, among others, with Full-Time Equivalent (FTE) counts and total hours specified for each role. For the base ordering period, each role's hourly rates and estimated working hours (1920 hours as a standard annual measure) are provided, indicating the planned deployment of senior and junior-level staff in varying capacities, including key positions marked as critical. Additionally, future base ordering years and total travel limitations are mentioned but not quantified. The document serves as a comprehensive labor resource plan for current and upcoming contract obligations under government RFPs, ensuring that skilled personnel are allocated effectively to meet project demands while adhering to budget constraints.
    The document outlines the labor categories and required Full-Time Equivalents (FTEs) for a government contract, specifically related to the N0018925R0019 Request for Proposal (RFP). The primary focus is on the staffing needs over multiple base ordering periods, detailing various roles such as Senior Program Managers, Software Developers, Systems Administrators, and Security Specialists, among others. Each role is assigned a specific number of hours, typically totaling 1920 hours for one year, while some roles require multiple FTEs, culminating in significant overall labor totals. There are plans for labor across five years, with additional notes on travel expenses and total labor across all periods, emphasizing that the contract is aimed at supporting technical and administrative functions. The nature of the specified labor indicates a focus on technical and cybersecurity capacities necessary for the government project. Each category specifies its designation as either Senior (S) or Technical Specialist (TS), emphasizing the expertise levels required. This structured workforce document is integral for responding to the RFP and ensuring compliance with federal contracting requirements and regulations.
    The document appears to be inaccessible and only contains instructions related to upgrading Adobe Reader for viewing content. Based on this, it is not possible to summarize any information regarding federal RFPs, federal grants, or state and local RFPs, as there are no details or main topics presented within the document itself. If the intended content were available, a summary could capture the central objectives, key ideas, and supporting details relevant to government procurement processes. However, in its current state, a detailed analysis or summarization cannot be performed. Access to the actual content is necessary to fulfill the task as outlined.
    The Contract Discrepancy Report outlines a formal process for addressing issues in government contracts. It includes crucial elements such as contract and report numbers, contractor and QAE details, and specific dates for documentation. The report requires a detailed description of the discrepancy, referencing applicable directives, and capturing both the contractor's response to the problem and the government's evaluation of that response. It also specifies actions taken by the government, such as payment adjustments or notices, and concludes with signatures from both the contracting officer and the contractor representative. This structured approach ensures accountability and a systematic resolution of contract discrepancies, essential for maintaining quality and compliance in federal and state government projects, as well as in RFPs and grant management.
    The government document outlines various processes and protocols related to the procurement of federal grants and RFPs (Requests for Proposals) at federal, state, and local levels. The document emphasizes the importance of maintaining compliance with regulatory frameworks and accurately managing grant funds. It discusses the requirements for grant applications, including necessary documentation and eligibility criteria, while detailing the evaluation process for proposals submitted. Furthermore, it highlights the significance of transparency in the bidding process and the need for efficient resource allocation. The document also addresses potential risks and challenges that may arise during grant implementation, underscoring the importance of ongoing monitoring and evaluation to ensure successful project completion and fiscal responsibility. In summary, the main purpose of the document is to provide guidance for stakeholders involved in the grant process, emphasizing compliance, efficiency, and transparency in managing federal and state funds for public projects.
    The document outlines the Wage Determination No. 2015-4341 under the Service Contract Act by the U.S. Department of Labor, detailing minimum wage rates for various occupations applicable to contracts in North Carolina and Virginia. The document specifies the required minimum wage based on two executive orders: Executive Order 14026 (effective January 30, 2022), which mandates a minimum of $17.75 per hour, and Executive Order 13658 (effective for contracts awarded between January 1, 2015, and January 29, 2022), which sets a lower rate of $13.30 per hour. Additionally, the determination includes a comprehensive list of occupations and their corresponding wage rates, alongside fringe benefits, noting that all covered workers must receive health, vacation, and holiday benefits. It emphasizes compliance with these wage standards, the potential for additional classification for unlisted jobs, and the conformance process for new job titles. The document serves as a critical resource for contractors bidding on government projects, ensuring fair pay practices and adherence to labor laws. Overall, it reinforces the government's commitment to protecting workers' rights and ensuring equitable compensation across federal contracts.
    The document appears to be a corrupted file with unreadable characters and gibberish, making it impossible to extract specific content or derive a coherent summary. There are indications of structure, potentially suggesting a formal report associated with government Requests for Proposals (RFPs), federal grants, or state and local initiatives. Generally, similar documents outline objectives, funding opportunities, and requirements for prospective applicants. However, without decipherable text, key topics and supporting details cannot be identified or summarized effectively. The file's primary intent seems to align with providing guidance on governmental processes for obtaining financial resources, yet it lacks clarity due to its corrupted state. Hence, a logical flow or coherent narrative cannot be constructed, further emphasizing the need for salvaging or recovering a functional version of the document for accurate analysis.
    The document presents a Past Performance Information Form as part of the solicitation N0018925R0019, designed to collect comprehensive details from offerors in response to government RFPs. It requires essential information such as the name of the offeror, contract identifiers, customer details, total project value broken into annual increments, and the period of performance. Additionally, it seeks insight into the number of personnel involved, a description of the work completed, and any subcontractors engaged, including their respective contributions and values. This structured approach aims to evaluate the offeror's previous performance to assess their capability and reliability in fulfilling upcoming contracts. Overall, the form facilitates the government’s ability to gauge prospective contractors' experience, ensuring that awarded contracts are given to qualified entities that have demonstrated relevant performance history.
    The Past Performance Report Form is a document requested by the NAVSUP Fleet Logistics Center Norfolk to evaluate contractors' performance on previous contracts. It gathers essential information to assess the likelihood of a contractor successfully fulfilling government work requirements in future contracts. Required fields include the company's name, contact information, contract details, and performance metrics. The questionnaire examines various aspects of performance, such as quality, timeliness, responsiveness, and cost control. It prompts respondents to evaluate customer satisfaction, the contractor's ability to meet schedules, and responsiveness to concerns, as well as any issues encountered during the project. Additionally, there are sections for identifying the contractor's strengths and weaknesses, customer satisfaction regarding contract awards, and a request for related contacts and information. The form is critical for ensuring that future contracts are awarded to vendors capable of delivering quality service efficiently, thereby supporting the government's objectives for accountability and effective use of public resources.
    This document addresses responses to questions posed regarding a government Request for Proposals (RFP) related to a follow-on contract to N0018920D0027, previously awarded to Nexagen Networks Inc. Key clarifications include the sufficiency of an accounting system certified as DCAA compatible, the absence of a required Letter of Commitment for key personnel, and discrepancies in Full-Time Equivalent (FTE) counts for labor positions. The discussion highlights the government's intention to allow remote work while mandating specific pricing locations, clarifies guidelines for past performance evaluations, and confirms that resumes for key personnel are not required. It also tackles various administrative and regulatory compliance aspects concerning security clearances, the required documentation for proposal submissions, and the responsibilities of contractors regarding NIST SP 800-171 security requirements. Overall, this document is pivotal in providing clarity on contracting requirements, personnel qualifications, and compliance measures that potential offerors must adhere to when responding to the RFP, ensuring a comprehensive understanding of the solicitation process. These answers are crucial for maintaining transparency and adherence to federal contracting procedures.
    The document outlines a Request for Proposal (RFP) from the U.S. Navy for a Firm Fixed Price Indefinite Delivery Indefinite Quantity (FFP IDIQ) contract pertaining to the management, support, and operation of various Naval Information Forces (NAVIFOR) N4 Directorate Programs from September 2025 to March 2031. Key services include Collaboration at Sea (CAS) and communication systems. The RFP specifies submission guidelines, including electronic proposals due by May 16, 2025, and requires verification of a Top Secret Facility Clearance from applicants. Proposals must be structured into two volumes: a non-price proposal covering security clearances, technical approach, and past performance (30 pages for the technical approach), and a price proposal with no page limit. Evaluation of submissions will consider factors such as technical approach, past performance confidence, and pricing reasonableness. Proposals deemed unacceptable or not compliant will be disqualified from consideration. The document emphasizes the importance of demonstrating successful past performance and a comprehensive understanding of specified requirements while allowing for a best-value assessment that prioritizes technical merit over cost.
    This document is an amendment to a solicitation/contract by NAVSUP FLC Norfolk, effective from May 5, 2025. The amendment serves multiple purposes: it incorporates 'Minimum Guarantee' and 'Ordering' provisions into the contract terms, includes questions and answers as an attachment, and updates the pricing spreadsheet. Specifically, the 'Minimum Guarantee' stipulates a baseline commitment of $10,000 for the contract under the Indefinite Delivery Indefinite Quantity (IDIQ) framework, with a task order ceiling of $78 million. The amendment outlines the procedures for issuing task orders, including conditions for oral orders, which should not exceed $100,000. It specifies the necessary documentation for order placement, including delivery tickets and order confirmations. Key attachments have been modified, displaying revised pricing and other relevant forms. The amendment intends to ensure clarity in contract obligations and define operational procedures for executing task orders within the established financial and regulatory frameworks of government contracts. Overall, it emphasizes the structured process necessary for compliance and management in government procurement.
    This government document is an amendment to a solicitation and modification of a contract, primarily aimed at updating the Wage Determination to its latest revision while retaining all other contract terms. It references the contract ID N0018925R0019 and outlines responsibilities for acknowledgment of the amendment by the contractor. It includes instructions for handling offers and emphasizes the importance of submitting changes before specified deadlines to avoid rejection. Significant changes and modifications are listed, including attachment updates related to pricing, security classification, and performance information. The contract has a minimum guarantee of $10,000 and establishes a ceiling value of $78 million for task orders, detailing specific ordering procedures, including oral orders, pricing, and documentation requirements. It reinforces that no modifications to the basic contract terms can arise from task orders. Overall, this document functions as an official record to ensure compliance and clarity in contract execution and management under U.S. federal procurement protocols.
    Lifecycle
    Similar Opportunities
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.
    NECC Central Issue Facilities Programs
    Dept Of Defense
    The Department of Defense, through the Naval Supply Center (NAVSUP) Fleet Logistics Center (FLC) Norfolk, is seeking qualified 8(a) firms to provide Central Issue Facilities Support Services for the Navy Expeditionary Combat Command (NECC). The primary objective of this procurement is to obtain analytical and logistical product support management for three Central Issue Facilities (CIFs) located in Williamsburg, Virginia, and Gulfport, Mississippi, focusing on inventory management, customer support, and logistics analysis for Infantry Combat Equipment (ICE) and medical/dental materials. This contract is anticipated to be a firm-fixed-price type, with performance expected to commence around March 26, 2026, and will span five years, including one base year and four option years. Interested parties should submit their capabilities statements by December 18, 2025, to Sherell Brown at sherell.g.brown.civ@us.navy.mil and Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Intelligence, Surveillance, and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). This procurement aims to develop and field advanced ISR systems that enhance communication, surveillance, and security capabilities while addressing evolving threats, including support for unmanned systems related to chemical, nuclear, biological, and radiological elements. The anticipated contract will involve multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with a seven-year ordering period, and the final RFP is expected to be released no earlier than November 21, 2025. Interested parties can reach out to Carl Odom at carl.n.odom.civ@us.navy.mil or by phone at 619-553-4454 for further information.
    CNATRA COMS Notice of Tentative Acquisition Strategy under FTSS V MAC Lot I and DRAFT RFP
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking proposals for Contractor Operations and Maintenance Services (COMS) under the Field Training Systems Support (FTSS V) Multiple Award Contract (MAC) for various Naval Air Stations. The procurement aims to provide comprehensive operational and maintenance support for Chief of Naval Air Training (CNATRA) at five locations, including NAS Corpus Christi, TX, and NAS Pensacola, FL, with a performance period of 62 months, starting with a base year and four option years. This contract is crucial for ensuring the effective training and operational readiness of naval aviation personnel. Interested parties should note that the anticipated release date for the Request for Proposal (RFP) is January 5, 2026, with proposals due shortly thereafter, and can contact Janet Fondriest at janet.l.fondriest.civ@us.navy.mil for further information.
    Installation Fiber Optics Networking Support Services
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center (NAWCWD), is seeking qualified contractors to provide Installation Fiber Optics Networking Support Services. This procurement aims to secure Subject Matter Experts (SMEs) who will deliver cost-effective installation services for fiber optic networking, including network designs, fiber builds, and infrastructure mapping, which are not covered by existing Naval Enterprise Network frameworks. The contract will be a cost-plus-fixed-fee (CPFF) arrangement for a total of five years, comprising a one-year base period and four one-year options, with a total small business set-aside under NAICS code 541512. Interested parties must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the solicitation expected to be posted around November 17, 2025. For further inquiries, contact Erika Martin at erika.m.martin6.civ@us.navy.mil or Erin K Strand at erin.k.strand.civ@us.navy.mil.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    Reservation System RFI
    Dept Of Defense
    The Department of Defense, through the Commander Navy Installations Command (CNIC), is seeking information from contractors regarding their capabilities to support the development and implementation of a modernized Morale, Welfare, and Recreation (MWR) Reservation System. This initiative aims to create a unified reservation process for over 12 million military-affiliated patrons across 300 bases, enhancing program efficiency and customer experience, particularly in areas such as vehicle storage, marinas, and recreational lodging. Interested contractors are invited to respond to the Request for Information (RFI) N4571A-25-I-0006, which outlines specific system requirements and capabilities, with responses due by October 16, 2025. For further inquiries, interested parties can contact Jasmyn Payne at jasmyn.m.payne.naf@us.navy.mil or by phone at 901-874-6931.
    SERVMART walk-in store
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for an Indefinite Quantity/Indefinite Delivery contract to operate the Norfolk Super SERVMART, a retail store and logistics service for U.S. Naval activities in the Virginia Hampton Roads area. The contractor will be responsible for providing a wide range of supplies, including office, janitorial, and tactical equipment, while ensuring high availability rates and compliance with federal regulations such as the Buy American Act and Trade Agreements Act. This procurement is critical for maintaining operational efficiency and cost-effectiveness for naval units, with a proposal submission deadline set for January 7, 2026, at 1:00 PM EDT. Interested vendors can direct inquiries to Contract Specialist John Hill at john.c.hill36.civ@us.navy.mil or Contracting Officer Samantha Miller at samantha.a.miller77.civ@us.navy.mil.
    Intelligence, Surveillance and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR)
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is issuing a Request for Proposal (RFP) for the development of Intelligence, Surveillance and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). The procurement aims to enhance the Navy's capabilities in developing and fielding ISR systems that ensure robust communication, surveillance, and security while addressing evolving technological threats. This initiative encompasses a wide range of services, including algorithm development, hardware and software development, systems engineering, and cybersecurity operations, with activities potentially conducted globally and onboard U.S. Coast Guard vessels. Interested firms should note that the solicitation will be available electronically via the PIEE solicitation module, and for inquiries, they can contact Carl Odom at carl.n.odom.civ@us.navy.mil or call 619-553-4454. The contract is expected to be awarded as multiple indefinite-delivery, indefinite quantity (IDIQ) contracts over a seven-year ordering period.
    CANES MAC RFP N0003926R9118
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Systems, is soliciting proposals for the CANES MAC RFP N0003926R9118, focusing on the procurement of digital network products and associated hardware and software. This opportunity is aimed at enhancing communication capabilities within the Navy, emphasizing the importance of advanced technology in supporting military operations. Interested vendors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for the solicitation number. For inquiries, potential bidders may contact Susana Wiker at susana.l.wiker.civ@us.navy.mil or Elisa Jaime at elisa.m.jaime.mil@us.navy.mil.