Notice of Intent to Sole Source - Strategic Multilayer Assessment Support
ID: N66001_SNOTE_0FCAAC63Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNIWC PACIFICSAN DIEGO, CA, 92152-5001, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT SVCS (PROF, ADMIN, MGMT) (R)
Timeline
    Description

    The Department of Defense, through the Naval Information Warfare Center Pacific, intends to award a sole-source Indefinite Delivery, Indefinite Quantity (IDIQ) Cost-Plus-Fixed-Fee (CPFF) contract to National Security Innovations, Inc. (NSI) for Strategic Multilayer Assessment (SMA) support. The contract aims to provide actionable assessments of complex operational and strategic challenges, particularly focusing on human perception and behavior as they relate to Department of Defense missions. This initiative is crucial for maintaining the U.S. competitive advantage in a complex global environment, with oversight from the Joint Chiefs of Staff and the Office of the Under Secretary of Defense for Research and Engineering. The anticipated contract value is between $50-75 million, with a five-year ordering period expected to commence around March 1, 2025. Interested parties may submit capability statements to Contract Specialist Israel Alvarado at israel.a.alvarado.civ@us.navy.mil by November 8, 2024, at 12:00 PM Pacific.

    Point(s) of Contact
    Israel AlvaradoContract Specialist
    (619) 553-5493
    israel.a.alvarado.civ@us.navy.mil
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    Notice of Intent to Sole Source to Peraton Inc.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a sole-source contract to Peraton Inc. for engineering services related to the C2P systems. The contract will encompass a range of activities including software development, system engineering, requirements definition, hardware and software integration, and cybersecurity implementation, all of which will be conducted at NIWC Pacific's Tactical Data Link facilities. This procurement is critical for maintaining and enhancing the operational capabilities of the U.S. Navy's software systems. Interested parties are encouraged to express their capabilities by October 31, 2023, at 0800 PST, and can direct inquiries to Contract Specialist Robert W. Stauffacher at robert.w.stauffacher2.civ@us.navy.mil or by phone at 619-504-7765. The anticipated contract period is five years, including a one-year base period and four one-year options, under NAICS code 541330.
    High Assurance Computer Systems Security
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory (NRL), is soliciting proposals for a contract focused on High Assurance Computer Systems Security. This procurement aims to secure scientific, engineering, technical, analytical, and project management support to enhance cybersecurity measures for the Navy and Department of Defense, particularly in areas such as code vulnerability analysis and secure communication systems. The contract will be awarded as a Single Award Indefinite Delivery, Indefinite Quantity (IDIQ) with Cost Plus Fixed Fee task orders, reflecting the critical need for advanced security technologies in military applications. Interested contractors should direct inquiries to Morgan Lynch at morgan.d.lynch.civ@us.navy.mil or Sonya Diaz De Leon at sonya.a.diazdeleon.civ@us.navy.mil, with proposals due by the specified deadline.
    Personnel and Pay Integration and Sustainment
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Systems Command (NAVWAR), is seeking proposals for the Personnel and Pay Integration and Sustainment project, which focuses on the continued operation and integration of the Navy's manpower and personnel systems. This procurement aims to sustain and enhance the Navy Standard Integrated Personnel System (NSIPS) and its integration with pay capabilities, ensuring compliance with cybersecurity regulations and providing necessary support services. The contract is expected to be awarded in March 2024, with a total ceiling of $338 million and an initial task order that includes a five-year performance period. Interested parties can direct inquiries to Contract Specialist Virginia Boyanton at virginia.s.boyanton.civ@us.navy.mil or by phone at 407-380-4440.
    Code 70 Submerged Acoustic Navigation System (SANS) Sustainment
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), intends to award a Cost Plus Fixed Fee (CPFF) Indefinite Quantity/Indefinite Delivery (ID/IQ) contract for the sustainment of the Submerged Acoustic Navigation System (SANS) to Mikel, Inc. This contract, which will be awarded on a Sole Source basis, encompasses engineering services and the provision of SANS Beacons, with an estimated requirement of 196,800 man-hours over a five-year period. The SANS technology is critical for submarine navigation and tracking, enhancing operational effectiveness within the naval warfare domain. Interested parties can direct inquiries to Zachary Silveira at zachary.g.silveira.civ@us.navy.mil or Christina Sherron at christina.m.sherron2.civ@us.navy.mil, with the contract performance expected to commence on January 1, 2024, and conclude by December 31, 2028.
    USNO Precise Time & Astronomy IDIQ
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the USNO Precise Time & Astronomy Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This procurement aims to acquire commercial services, specifically Astronomy Related Services, from Federated IT, Inc., focusing on enhancing workflow management and operational processes critical for the U.S. Naval Observatory's precise time and astrometry services. The contract, valued at a maximum ceiling of $4 million, will cover a four-year period from November 2024 to October 2028, with proposals due by 12:00 PM EST on October 29, 2024. Interested parties should submit their quotes to Caitlin King at caitlin.d.king2.civ@us.navy.mil and Cody Witz at cody.s.witz.civ@us.navy.mil.
    Solutions for Intelligence Analysis (SIA3) Small Business On-Ramp
    Active
    Dept Of Defense
    The Department of Defense, through the Virginia Contracting Activity, is initiating a Small Business On Ramp for the Solutions for Intelligence Analysis (SIA3) Indefinite Delivery Indefinite Quantity (IDIQ) contract vehicle, anticipated to issue a Request for Proposals (RFP) in the first quarter of Fiscal Year 2025. This procurement aims to provide non-personal services for Intelligence Analytical Support to the Defense Intelligence Agency (DIA) and the Defense Intelligence Enterprise (DIE), with services required both within the continental United States (CONUS) and outside (OCONUS), including potentially hazardous environments. The SIA3 contract is exclusively set aside for small business entities, with further details to be released through the classified side of the National Reconnaissance Office’s Acquisition Research Center. Interested parties can contact Ms. Raqeeba Mohammed at raqeeba.mohammed@dodiis.mil for more information, as the specific contract award amount and deadlines are yet to be determined.
    Intelligence Support Services Joint III – Solicitation (H92402-24-R-0001)
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is soliciting proposals for the Intelligence Support Services Joint III under solicitation number H92402-24-R-0001. This procurement aims to provide comprehensive intelligence services, including All-Source Intelligence, Human Intelligence, Signals Intelligence, and more, to support military and humanitarian missions globally. The contract will be structured as a single-award Indefinite Delivery Indefinite Quantity (IDIQ) with Cost Plus Fixed-Fee (CPFF) pricing, requiring an estimated 270 Full-Time Equivalents (FTEs) and emphasizing the importance of quality intelligence support in sensitive operational environments. Proposals are due by November 6, 2024, and interested parties should contact LTC Marsha Leventry at marsha.leventry@socom.mil or Amy Jaskela at amy.c.jaskela.civ@socom.mil for further information.
    North Atlantic Industries Sensor interface Unit
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure a Sensor Interface Unit (Part Number: SIU6-EP30C355A-200B) on a sole-source basis from North Atlantic Industries. The procurement involves eight units along with essential subcomponents, including a power supply and additional cards, which are critical for operational compatibility. This equipment is vital for navigation and guidance systems within military applications, ensuring precise operational capabilities. Interested parties must submit their proposals by October 28, 2024, at 6:00 PM EST, and can direct inquiries to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or by phone at 401-832-8020. Compliance with federal acquisition regulations and registration with the System for Award Management (SAM) is required prior to award.
    Missile Warning, Missile Defense, and Space Domain Awareness IDIQ
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Missile Warning, Missile Defense, and Space Domain Awareness Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to enhance capabilities in missile warning and defense, as well as space domain awareness, which are critical for national security and defense operations. The formal solicitation is expected to be released by October 12, 2024, with a pre-proposal conference scheduled for October 22, followed by a classified document review on October 23-24, 2024, requiring security clearance verification. Interested vendors should ensure they maintain an active Joint Certification Program (JCP) status and complete the necessary documentation to access sensitive information, and they can direct inquiries to Steven Dyer at steven.dyer.5@spaceforce.mil or Alexandra McDonald at alexandra.mcdonald.4@us.af.mil.
    User Experience User Interface UXUI Design and Engineering
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is issuing a Request for Proposal (RFP) No. N66001-25-R-0011 for User Experience/User Interface (UX/UI) design and engineering services. The objective is to enhance the development of Command, Controls, Communications, Intelligence, Surveillance, and Reconnaissance (C4ISR) systems and products, focusing on human factors throughout the product lifecycle. This procurement is critical for ensuring effective user interactions with complex systems, adhering to established UX/UI standards. Interested parties should direct inquiries to Contract Specialist Magda V. Velarde at magda.v.velarde.civ@us.navy.mil by November 6, 2024, with the contract expected to be awarded as a single indefinite-delivery, indefinite quantity (IDIQ) contract over a five-year period.