Enterprise Systems Security Support Services
ID: N62285250000Type: Sources Sought
Overview

Buyer

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

NAICS

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

PSC

SUPPORT- PROFESSIONAL: OPERATIONS RESEARCH/QUANTITATIVE ANALYSIS (R405)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 24, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR NORFOLK, is seeking qualified sources for Enterprise Systems Security Support Services to ensure the integrity and availability of Precise Time and Astrometry (PTA) systems critical for Department of Defense operations, including GPS. The procurement aims to establish a robust security framework that includes infrastructure and personnel, such as transport engineers and cyber security operators, to maintain system functionality with an uptime exceeding 99.999%. This initiative is vital for the reliability of PTA data products, which are essential for navigation across various DoD systems. Interested parties must submit their responses to the Request for Information (RFI) by 12:00 PM EST on April 24, 2025, to the primary contact, Gil Dobison, at gilbert.k.dobison.civ@us.navy.mil. The anticipated contract will be a Firm Fixed Price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract, with a base period from April 6, 2026, to April 5, 2027, and four option periods.

Point(s) of Contact
Gil Dobison gilbert.k.dobison.civ@us.navy.mil
(757) 443-1380
gilbert.k.dobison.civ@us.navy.mil
Files
Title
Posted
The United States Naval Observatory (USNO) seeks a contractor for a performance work statement aimed at ensuring the security and maintenance of Precise Time and Astrometry (PTA) transport systems critical for Department of Defense (DoD) operations, including GPS. The contract requires infrastructure and personnel to support transport engineering, cyber security, and SCADA management, ensuring system integrity and functionality with an uptime of over 99.999%. The contractor must possess various specialized labor categories, including transport engineers and cyber security operators, who must meet strict security clearance requirements (Secret to Top Secret). Moreover, the contractor will handle procurement of materials and equipment upon government approval, with significant travel costs estimated during contract execution. Deliverables include monthly reporting and strict guidelines around government property access and security protocols, maintaining compliance with federal regulations. Overall, the initiative emphasizes a robust security framework essential for maintaining the reliability of PTA data vital for DoD navigation systems.
Apr 10, 2025, 4:06 PM UTC
The document outlines required labor categories for a federal government Request for Proposals (RFP) focused on various technical and engineering positions. Each category includes distinct classifications: Junior, Senior, Master, and Principal levels for roles such as PTA IP/RF Transport Engineer, RMF Analyst, Program Manager, SCADA Infrastructure Engineer, Physical Security Engineer, Technical Writer, and Security Operator. This structured classification indicates the diverse expertise needed to support key government functions and projects, emphasizing the importance of skilled personnel at multiple levels within these labor categories. The inclusion of various roles highlights the multidisciplinary approach necessary for effective project management and secure operations within the federal framework. The document serves as a guide for potential contractors responding to RFPs by clarifying personnel qualifications and levels of experience required for successful proposals.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Protected Tactical Enterprise Service (PTES) Protected Tactical Waveform (PTW) over Protected Tactical SATCOM-Global (PTS-G) Joint Hub Variant (JHV) Technical Capability Sources Sought Request for Information (RFI)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified contractors regarding the Protected Tactical Enterprise Service (PTES) and its Joint Hub Variant (JHV) for the Protected Tactical SATCOM-Global (PTS-G) system. The objective of this Request for Information (RFI) is to gather insights on the cost, schedule, and effort required to modify the existing Wideband Global SATCOM (WGS) Joint Hub design for use at commercial GEO gateways, enhancing capabilities for tactical warfighters. The PTES is crucial for providing anti-jam wideband satellite communications, and the successful contractor will be responsible for various tasks, including system design, software upgrades, and compliance with cybersecurity standards as outlined in relevant documents such as MIL-STD-188-164C and NIST SP 800-53. Interested parties must submit their responses by 12:00 PM Pacific Time on April 21, 2025, to Scott Lucas at scott.lucas.1@spaceforce.mil, and are encouraged to include their experience and technical competencies related to SATCOM systems.
GENERATOR,TIME CODE
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair of the Generator, Time Code, under a firm-fixed price contract. The procurement aims to ensure the operational readiness of this critical time-measuring instrument, which plays a vital role in various defense applications. Interested contractors must adhere to specific requirements, including a Repair Turnaround Time (RTAT) of 366 days and compliance with quality assurance standards, while providing detailed pricing and capacity constraints in their submissions. Quotes are due by May 5, 2025, and should be directed to Rachael Costanzo at RACHAEL.L.COSTANZO.CIV@US.NAVY.MIL or by phone at 717-605-2462.
NIEF Production Support Services
Buyer not available
The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is seeking contractors for the NIEF Production Support Services contract, which encompasses a range of activities including basic research, system design, prototype development, and lifecycle support for Command, Control, Communications, Computer, Intelligence, Surveillance, and Reconnaissance (C4ISR) systems. This procurement aims to integrate advanced technologies with both Commercial-Off-The-Shelf (COTS) and Government Off-the-Shelf (GOTS) solutions to meet the joint C4ISR and Cybersecurity needs of various military branches, including the Navy, Marine Corps, Air Force, Army, and Coast Guard, as well as other government agencies. The solicitation, anticipated to be released in April 2025, will be a full and open competition for a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a seven-year ordering period and an estimated total effort of 315,840 hours. Interested parties can contact Contract Specialist Marianito J Rosal at marianito.rosal@navy.mil or by phone at 619-553-1398 for further information.
Joint Theater Level Simulation-Global Operations Support
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking information from qualified contractors to provide technical and engineering services for the Joint Theater Level Simulation-Global Operations (JTLS-GO) application. The procurement aims to enhance joint military training and operational readiness by supporting the development, maintenance, and operational enhancements of the JTLS-GO software, which is crucial for multi-level training and analysis for U.S. military personnel and coalition partners. Interested parties must possess a TS-SCI security clearance and are invited to submit their capabilities, experience, and personnel qualifications by April 28, 2025, as part of this Request for Information. For further inquiries, potential respondents can contact Martyn Piggott at martyn.t.piggott.civ@us.navy.mil.
Request for Information (RFI) - Persistent Cyber Training Environment (PCTE)-Cyber Range Development Software Application Project
Buyer not available
The Department of Defense, specifically the Army Contracting Command in Orlando, is seeking information from interested vendors for the Persistent Cyber Training Environment (PCTE) Cyber Range Development Software Application Project. The objective of this Request for Information (RFI) is to gather insights on developing a scalable and secure cyber range platform that can support various cybersecurity training scenarios, including simulated cyberattacks and collaborative exercises. This initiative is crucial for enhancing military cybersecurity training capabilities and preparedness, as it aims to identify innovative solutions and best practices for cyber training software. Responses to the RFI are due by April 21, 2025, and interested parties can reach out to Jaime Morrison at jaime.morrison.civ@army.mil or Kurt Kleinlein at kurt.l.kleinlein.civ@army.mil for further information.
SUPPORT SERVICES FOR ENGINEERING, ANALYSIS, PROGRAM SUPPORT, WEAPONS SURETY, POLICY, AND COMPLIANCE
Buyer not available
The Department of Defense, through the Strategic Systems Programs (SSP), is seeking capable contractors to provide support services for engineering, analysis, program management, weapons surety, policy, and compliance related to strategic weapon systems. The procurement aims to identify firms with expertise in nuclear weapons security, systems engineering, and program management, particularly in complex military projects, with a focus on delivering technical and administrative support across various locations. This initiative is critical for maintaining the effectiveness and security of U.S. nuclear deterrent capabilities, with a contract performance period anticipated from December 21, 2025, to December 20, 2030. Interested parties must submit detailed capability statements by May 2, 2025, to Righthero.Phillips@ssp.navy.mil, and are encouraged to demonstrate relevant past performance and qualifications.
IT Hardware Solution
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center, is seeking sources for an IT Hardware Solution to support Naval Mission Planning Systems (NavMPS). The procurement requires a rugged server configuration that meets stringent specifications, including a minimum of 16 CPU cores, 128 GB of ECC memory, and compliance with military standards for durability and performance. This hardware solution is critical for ensuring reliable and secure operations within military applications, with all components needing to be new and sourced from certified manufacturers. Interested parties should direct their inquiries to Andrea Farrell at andrea.m.farrell7.civ@us.navy.mil or Deborah Sorem at deborah.sorem2.civ@us.navy.mil, with responses accepted until 2 PM PST on April 21, 2025.
Request for Information (RFI) Special Notice Quantum Timing Technology
Buyer not available
The Department of Defense, through the Washington Headquarters Services, is seeking information on quantum timing technologies for defense applications as part of the trilateral AUKUS partnership. The objective of this Request for Information (RFI) is to identify prototype devices that can be integrated into platforms for a test scheduled for May 2025 in Washington, D.C., focusing on their environmental sensitivity under various conditions. This initiative is crucial for enhancing the interoperability of quantum-enhanced Position, Navigation, and Timing (PNT) solutions, which are vital for national security. Interested parties, including private companies, academic institutions, and government-sponsored labs, are encouraged to submit their proposals, adhering to specified guidelines, with inquiries directed to WHS RPAB at whs.mc-alex.ad.mbx.rpab@mail.mil or Jennifer Robinson at jennifer.e.robinson24.ctr@mail.mil.
United States Naval Observatory- Scientific Research Support Services
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for Scientific Research Support Services at the United States Naval Observatory. This procurement aims to establish a single-award Indefinite-Delivery, Indefinite-Quantity contract with Firm, Fixed-Price provisions, focusing on providing essential scientific services in areas such as physics, astronomy, and engineering, with a total estimated ceiling of approximately $6.2 million. The contract period spans from June 1, 2025, to May 30, 2030, with additional follow-on options, and interested small businesses must submit their proposals by April 22, 2025, to the designated contacts, Cody Witz and Caitlin King, via email.
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.