NAVSUP Strategic Transformation
ID: N0018921R0016Type: Presolicitation
Overview

Buyer

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

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)
Timeline
  1. 1
    Posted Mar 4, 2021, 8:20 PM UTC
  2. 2
    Updated Mar 4, 2021, 8:20 PM UTC
  3. 3
    Due Not available
Description

Presolicitation DEPT OF DEFENSE NAVSUP Strategic Transformation: The Department of Defense, specifically the Department of the Navy, is seeking strategic contractor services to assist with transformation efforts. This multiple award, firm fixed price contract will support non-personal services that address challenges affecting NAVSUP and the Department of the Navy. The contract will focus on major engagement areas such as cross command supply chain reform, logistics response time reduction, supply chain and logistics technology, and enterprise transformations. The contract will be for a five-year ordering period and will require a Small Business Subcontracting Plan. Interested contractors can download the complete Request for Proposal (RFP) package from the beta.SAM website starting on or around March 15, 2021.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
TRANSFORMER
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the manufacture of transformers under a total small business set-aside. The procurement aims to fulfill specific material and physical requirements as outlined in the associated drawings and specifications, which are critical for military applications. The contract will require compliance with various military standards for inspection, quality assurance, and packaging, ensuring that the transformers meet stringent operational criteria. Interested vendors should contact Joshua D. Martin at 717-605-4356 or via email at JOSHUA.D.MARTIN76.CIV@US.NAVY.MIL for further details, with proposals expected to adhere to the guidelines set forth in the solicitation.
Naval Surface Warfare Center Port Hueneme Division - Request for Proposal (RFP) Other Transaction Authority (OTA) Consortium Management Firm
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Port Hueneme Division (NSWC PHD), is soliciting proposals for a Consortium Management Firm under an Other Transaction Authority (OTA) framework. The primary objective of this Request for Proposal (RFP) is to establish a Consortium that will focus on developing innovative technological solutions to address security threats in maritime environments, while also managing operations, attracting members, and facilitating prototype project development. This initiative is crucial for enhancing military effectiveness and advancing national security through collaboration in key technology areas such as Cyber Security, Data Analytics, and advanced manufacturing techniques. Interested parties should direct inquiries to Tim Scully at timothy.c.scully2.civ@us.navy.mil or Mariluz Chan-Endres at mariluz.l.chan-endres.civ@us.navy.mil, with proposals due by the specified deadline outlined in the RFP documents.
TRANSFORMER,POWER
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting quotes for the procurement of power transformers. This opportunity is set aside for small businesses and involves the supply of four units, with specific technical and quality requirements outlined in the Individual Repair Part Ordering Data (IRPOD) and associated documents. The transformers are critical components for various defense applications, ensuring operational readiness and reliability. Interested vendors must submit their quotes by April 28, 2025, and can direct inquiries to Carly Gassert at 717-605-5693 or via email at CARLY.GASSERT@NAVY.MIL.
U--DMSS-N training for NAVIFOR
Buyer not available
Presolicitation notice from the Department of Defense, Department of the Navy, NAVSUP Fleet Logistics Center Norfolk, for DMSS-N training for Naval Information Forces (NAVIFOR). The training is intended to be conducted under a Firm Fixed Price contract using the procedures of FAR part 13. The requirement is brand-specific and will be solicited with Other Than Full and Open Competition. The resulting contract will be for a one-year period, starting on September 20, 2019, and ending on September 19, 2020. The NAICS code for this acquisition is 611420 with a size standard of $12 million. The complete RFP package will be available for download on or about September 5, 2019, on the NECO Website. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact the POC identified in the synopsis.
R--SAFETY SUPPORT SERVICES
Buyer not available
Presolicitation notice is prepared by the Department of Defense, specifically the Department of the Navy, for the procurement of Safety Support Services. These services are typically used to provide professional, administrative, and management support in the area of safety. The Naval Supply Systems Command Fleet Logistics Center San Diego (NAVSUP FLCSD) intends to issue a 100% Small Business competitive solicitation for these services. The solicitation will be released on or about September 11, 2019, and interested parties are required to register with the Navy Electronic Commerce Online (NECO) and/or FedBizOpps websites to access the solicitation documents. The procurement is subject to the Total Small Business Set-Aside (FAR 19.5) and the applicable NAICS code is 541990 with a standard size of $15M. Offerors must be registered in the System for Award Management (SAM) website. All communications regarding the procurement must be submitted via email to the Contract Negotiator.
70--Splunk Enterprise renewal
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is planning to award a Sole Source Firm Fixed Price contract for the renewal of Splunk Enterprise 150GB a day support. This service is required by Naval Cyber Defense Operations Command and is used for cyber defense operations. The contract will be awarded to authorized resellers of Splunk Enterprise. The RFQ number for this procurement is N00189-17-T-0094. Interested vendors can download the complete RFQ package from the NECO Website. The NAICS code for this acquisition is 511210, Software Publishers, with a size standard of $38,500,000. This notice is not a request for competitive quotations, but all responsible sources may submit a quotation for consideration. Vendors must be registered in the SAM database to be eligible for award.
Logistics IT Integration and Support (LIIS) Capability Modernization, Deployment, and Support (CMDS) Multiple Award Contract (MAC)
Buyer not available
The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the Logistics IT Integration and Support (LIIS) Capability Modernization, Deployment, and Support (CMDS) Multiple Award Contract (MAC). This procurement aims to enhance logistics IT systems through modernization and support services, which are critical for maintaining operational readiness and efficiency within naval logistics. The contract is partially set aside for small businesses, and interested parties should note that the solicitation response date has been extended to May 19, 2025. For further inquiries, potential bidders can contact Elden Greuber at elden.greuber@navy.mil or Meghan Huett at meghan.e.huett.civ@us.navy.mil.
99--Coastal Riverine Squadron FOUR Company (CRS 4 COM) operating in Panama 19 OCT through 13 DEC 2016
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking expeditionary logistics and life support services for the Coastal Riverine Squadron FOUR Company (CRS 4 COM) operating in Panama. This service is part of a larger U.S. Southern Command (SOUTHCOM) directed mission. The service includes small boat launch and recovery services, vehicles, cellular phones, international phone cards, bottled water, personnel and equipment transportation between operating sites. The mission will take place from 19 October through 13 December 2016. The Contractor will work closely with the Contracting Officer Representative (COR) to ensure effective completion of all services. The solicitation will be available around 16 SEP 2016 and contract award no later than 07 OCT 2016.
R--Professional management and coordination support services
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking professional management and coordination support services for various Department of Navy (DoN) related ceremonies, functions, and events in Washington, DC. The services will be acquired in accordance with the Federal Acquisition Regulation (FAR) Part 12 and FAR Part 13. The contractor will provide support services for U.S. Navy events and ceremonies, including band concerts, wreath laying ceremonies, concerts on the Avenue, and the Blessing of the Fleet ceremony. The contract will have a base period of performance from December 1, 2018, to November 30, 2019, with a potential six-month extension. The NAICS code for this acquisition is 541611, and the Size Standard is $15.0M. The Request for Quote package will be available for downloading on February 7, 2017, at http://www.neco.navy.mil or http://www.fedbizopps.gov. Contractors must be registered in the Systems for Award Management (SAM) database to be eligible for award. For more information, contact the primary contact person listed in the synopsis.
February 2025 NSWCPD Multiple Award Contract Task Order Forecast
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is forecasting multiple award contract task orders for various U.S. Navy projects scheduled for February 2025. These projects will involve installation and maintenance work primarily under the Big Blue MAC and D40 Equipment Services MAC contracts, focusing on upgrading critical naval equipment systems such as Voyage Data Recorders, Integrated Bridge Systems, and Engine Repairs. The anticipated contract values for these projects range from under $2 million to $50 million, reflecting the Navy's ongoing commitment to enhancing operational capabilities. Interested contractors should prepare for upcoming Requests for Proposals (RFPs) and note that specific project details, including contact information and timelines, are outlined in the associated documentation.