CaseCracker (CNFO) Sources Sought Announcement
ID: N63285-SSA-26-0001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNCIS QUANTICO VAQUANTICO, VA, 22134-2253, USA

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

VIDEO RECORDING AND REPRODUCING EQUIPMENT (5836)
Timeline
    Description

    The Department of Defense, through the Naval Criminal Investigative Service (NCIS), is seeking vendors for a Sources Sought Announcement regarding the CaseCracker system services. The procurement involves the de-installation of two existing CaseCracker systems, their re-installation in a newly renovated office space at Naval Station Great Lakes, and the installation of a third system in an additional interview room, which will also include panic/distress buttons in each room. This initiative is crucial for enhancing the operational capabilities of NCIS interview rooms, ensuring safety and functionality. Interested vendors must submit their business details and any recommendations for NAICS codes by November 17, 2025, at 10:00 AM EST, and can contact Cameron Roberge at cameron.roberge@ncis.navy.mil or Judith Campbell at judith.campbell@ncis.navy.mil for further information.

    Files
    Title
    Posted
    The Naval Criminal Investigative Service (NCIS) has issued a Sources Sought Announcement (N63285-26-SSA-0001) for market research to identify vendors capable of providing CaseCracker system services. This requirement involves the de-installation of two existing CaseCracker systems, their re-installation in a new office space, and the installation of a third system in an additional interview room at the Naval Station Great Lakes. The project also includes installing panic/distress buttons in each interview room and securing a 5-year software license for the new system, alongside covering materials and travel costs. The anticipated delivery date is within 60 days of the award. The proposed NAICS code is 334310 (Audio and Video Equipment Manufacturing), but industry input is welcome. Interested vendors must submit business details, NAICS recommendations, and any applicable Government Wide Acquisition Contract vehicles by November 17, 2025, at 10:00 AM EST. This is an informational notice only and not a request for proposal.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Ethernet Dedicated Internet Services
    Buyer not available
    The Department of Defense, through the Naval Criminal Investigative Service (NCIS), is soliciting quotes for Ethernet Dedicated Internet (EDI) services for its Resident Agency located in Great Lakes, Illinois. The procurement involves the installation of a dedicated commercial circuit, Ethernet hard lines, WIFI for approved areas, and coaxial connections for base broadcast alerts, with a requirement for full installation and ongoing support over a five-year period. This service is critical for ensuring reliable internet access and communication capabilities within the restricted base environment, necessitating vendor compliance with US Navy Facilities (NAVFAC) standards and rapid emergency response protocols. Quotes are due by December 15, 2025, at 10:00 AM EST, and interested vendors must provide company information, including CAGE Code, UEI, TIN, and a completed Schedule of Supplies and Services, with the award based on the Lowest Price Technically Acceptable (LPTA) criteria. For further inquiries, vendors may contact Cameron Roberge at cameron.roberge@ncis.navy.mil or Judith Campbell at judith.campbell@ncis.navy.mil.
    7C20 - Data Center Products
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP FLT LOG CTR NORFOLK, is seeking proposals for web-based user subscriptions that provide access to public data records and law enforcement data to support the NCIS Multiple Threat Alert Center (MTAC). This procurement aims to enhance the MTAC's mission of delivering 24/7 alerts regarding foreign intelligence, cyber, terrorist, and criminal threats to Department of the Navy assets and personnel. The services sought are critical for maintaining situational awareness and ensuring the safety of Navy operations. Interested vendors can reach out to Kevin James at 215-697-5149 or via email at Kevin.n.james1@navy.mil for further details regarding the solicitation.
    DCSA IS NIS-CVS Request for Information
    Buyer not available
    The Defense Counterintelligence and Security Agency (DCSA) is seeking information from qualified contractors for National Industrial Security (IS) Compliance and Verification Services (NIS-CVS) through a Request for Information (RFI). The objective is to gather insights to refine procurement documentation for future solicitations, focusing on providing operational support in program management, technical analysis, risk identification, and oversight of security databases related to the National Industrial Security Program (NISP). This initiative is crucial for ensuring the protection of classified information within the defense industrial base and enhancing the effectiveness of security measures in an evolving environment. Interested vendors must submit their responses, including a completed RFI Response Form and pricing estimates, by December 12, 2025, with questions due by December 3, 2025. For further inquiries, contact Rory Page at rory.j.page.civ@mail.mil or Grant Reeves at grant.d.reeves3.civ@mail.mil.
    NECC Central Issue Facilities Programs
    Buyer not available
    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.
    FRCE: Site Prep for Ultrasonic Degreaser B133
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking qualified small businesses for the preparation and installation of an ultrasonic degreaser system at the Fleet Readiness Center East (FRCE) in Havelock, North Carolina. The project involves the installation of an ultrasonic cleaning system and supporting chiller, along with necessary concrete demolition, new concrete work, electrical and plumbing utilities, and roof modifications. This procurement is crucial for enhancing maintenance capabilities and is estimated to have a contract value between $1 million and $5 million, with a total contract duration of 380 days. Interested small businesses must submit their qualifications and evidence of capability by December 8, 2025, to Sarah Maready at sarah.a.shugart.civ@us.navy.mil.
    Housing Access & Door Locking System
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking procurement for a brand-name multi-housing access and door locking system for Unaccompanied Housing Towers A, B, and C at NAS Lemoore, California. This system has been evaluated for compliance with Department of Navy cybersecurity and CNIC Housing policies, ensuring a reliable, safe, and secure environment for residents. The procurement is critical for maintaining the security and integrity of housing facilities, which are essential for the well-being of military personnel. Interested vendors can contact Christopher Rosario at christopher.rosario@navy.mil or by phone at 619-705-4654 for further details regarding this opportunity.
    Commander, Fleet Readiness Centers (COMFRC); Digital Group; Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements, and Software Lifecycle Support (ITPSS)
    Buyer not available
    The Department of Defense, through the Commander, Fleet Readiness Centers (COMFRC) Digital Group, is seeking information from qualified businesses regarding the Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements and Software Lifecycle Support (ITPSS). The procurement aims to support a large portfolio of IT solutions that facilitate Sustained Maintenance Planning (SMP) and MRO activities across the Naval Aviation Enterprise, requiring skilled personnel to manage approximately 20 to 25 concurrent complex business transformation projects. Interested businesses are encouraged to submit a capabilities statement by December 9, 2025, to Kalynn Jackson at kalynn.r.jackson.civ@us.navy.mil, with the anticipated contract type being a Commercial, Indefinite Delivery/Indefinite Quantity (IDIQ) contract, expected to be awarded around January 2027. The current incumbent contractor is Deloitte, and the NAICS code for this opportunity is 541511, Custom Computer Programming Services.
    MK59 MLCP and LCP Spare Parts and Repairs
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, Crane Division (NSWC-CR), is conducting market research for vendors capable of providing support for the MK59 Decoy Launching System (DLS) on U.S. Navy ships, specifically focusing on the procurement of MK 244 Master Launcher Control Panel (MLCP) and Local Control Panel (LCP) components, along with associated repairs and engineering services. These components are critical for the MK 59 DLS, which serves as a protective measure against Anti-Ship Missiles (ASMs) by deploying inflatable passive floating decoys. Interested parties are encouraged to submit their capabilities and relevant experience by December 30, 2025, to Eric Zipperle at eric.zipperle@navy.mil, as this notice is intended for planning purposes and does not constitute a formal solicitation.
    Justification for Sole Source Contract for NCIS Cyber Directorate Support Services
    Buyer not available
    The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking to issue a sole source contract for Cyber Directorate Support Services to ManTech Advanced Systems International, Inc. This procurement aims to provide essential IT management support services for the Naval Criminal Investigative Service (NCIS) Cyber Directorate, ensuring the effective operation and security of cyber-related initiatives. The justification for this sole source contract highlights the critical nature of these services in supporting national defense operations. Interested parties can reach out to Jacob Segal at jacob.a.segal.civ@us.navy.mil or call 215-697-9813 for further details regarding this opportunity.
    CCAZMCUZMKIIZUNITZZ
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of Bare Printed Circuit Boards under solicitation CCAZMCUZMKIIZUNITZZ. The contract requires the manufacture and supply of these circuit boards, which are critical components in various electronic assemblies and systems used by the Navy. The procurement emphasizes compliance with quality assurance standards and mandates government source inspection, ensuring that all items meet the specified requirements. Interested vendors should contact Nicole Diehl at 717-605-5415 or via email at NICOLE.A.DIEHL.CIV@US.NAVY.MIL for further details, and note that this opportunity is set aside for small businesses.