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
    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.
    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
    DATA SERVICES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, intends to negotiate a sole source award for data services with S and P Global Market Intelligence, LLC. The procurement involves the Panjiva Platform - Xpressfeed, specifically for a quantity of five units, under the authority of FAR 13.106-1(b), which allows for negotiation with only one source capable of fulfilling the government's requirements. This acquisition is critical for the government’s data processing and web hosting needs, falling under the NAICS Code 518210, which encompasses computing infrastructure providers. Interested parties are encouraged to submit capability statements, comments, or questions via email to Zachary Pilkington at zachary.t.pilkington.civ@us.navy.mil by 0800 PST on December 15, 2025, as phone or fax inquiries will not be considered.
    Request for Information (RFI) / Sources Sought: Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center, is seeking information from industry regarding capabilities to provide Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support. This procurement aims to offer eligible foreign customers a comprehensive range of U.S. Security Cooperation solutions, including sustainment material, systems upgrades, technical support, and maintenance services for naval vessels and related infrastructure across various countries. Interested parties are encouraged to submit their expressions of interest, detailing their capabilities and responses to specific questions by 12 PM PDT on January 25, 2026, to the designated contacts, Jason Gavinski and Karen Smith, via the provided email addresses.
    Request for Information regarding industry’s capabilities and related experience to modernize the GPS-S.
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Systems Command (MCSC), is seeking industry input through a Request for Information (RFI) regarding the modernization of the Global Positioning System-Survey (GPS-S). The objective is to gather capabilities and experiences from potential contractors to enhance the GPS-S, which is crucial for providing accurate survey information to Marine Artillery Sensor Sections in diverse and challenging terrains. Key modernization efforts include integrating M-code GPS, ensuring compatibility with Windows 11-compliant software, facilitating communication between stations via AN/PRC-163 radio, and upgrading the handheld controller. Interested parties must submit their responses, limited to 15 pages, by December 24, 2025, and can direct inquiries to Melanie Williams at melanie.willaims.civ@usmc.mil.
    INERTIAL NAVIGATION
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair of inertial navigation systems. The procurement aims to ensure that these critical navigational instruments are restored to a Ready for Issue (RFI) condition, adhering to stringent quality control and inspection standards as outlined in the Statement of Work. These systems play a vital role in military operations, providing essential navigation capabilities for various defense applications. Interested contractors must submit their quotes via email to Lara L. Szott at LARA.L.SZOTT.CIV@US.NAVY.MIL by December 29, 2025, with a required repair turnaround time of 25 days after asset receipt.
    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.
    2027 Flight Test Instrumentation (FTI)Development, Production, Support, and Installation
    Dept Of Defense
    The Department of Defense, specifically the Strategic Systems Programs (SSP) under the Department of the Navy, is conducting market research through a Sources Sought Notice for the development, production, support, and installation of Flight Test Instrumentation (FTI) systems for the fiscal year 2027. The procurement aims to secure engineering services that encompass maintenance, operation, logistics support, and life cycle management for FTI systems utilized in various flight tests, including those for the Trident II and Nuclear-Armed, Sea-Launched Cruise Missile (SLCM-N). This initiative is critical for ensuring the reliability and effectiveness of strategic weapons systems, as it involves advanced engineering support, system upgrades, and collaboration with other agencies to enhance operational capabilities. Interested firms must submit their White Paper Capability statements by December 17, 2025, to SPN208@ssp.navy.mil, demonstrating their qualifications and relevant experience in similar projects.
    Maritime Operations Center (MOC) Support Services
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Fleet Logistics Center Norfolk, is soliciting proposals for Maritime Operations Center (MOC) Support Services. The primary objective of this procurement is to provide a comprehensive range of technical services aimed at enhancing warfighting capabilities and addressing operational gaps within the MOC framework, which is critical for effective command and control of naval operations. This solicitation is intended for a sole source contract, with a performance period spanning four months, and requires offerors to possess a current Top Secret facilities clearance. Interested parties should direct inquiries to Mary Taylor at mary.a.taylor263.civ@us.navy.mil or Jacob Gephart at jacob.n.gephart.civ@us.navy.mil, with proposals due by December 15, 2025, at 10:00 AM.
    COMPUTER SYSTEM,SPE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair of a COMPUTER SYSTEM, SPE. The procurement requires contractors to provide a Repair Turnaround Time (RTAT) of 81 days, with specific guidelines for quoting unit prices and total costs, as well as compliance with quality assurance standards and government inspection requirements. This contract is crucial for maintaining operational readiness and functionality of naval systems, emphasizing the importance of timely and efficient repairs. Interested contractors should direct inquiries to Owen M. McNamara at 215-697-3473 or via email at OWEN.M.MCNAMARA2.CIV@US.NAVY.MIL, with proposals expected to adhere to the outlined specifications and deadlines.
    Time Tagger
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the procurement of a Time Tagger system and software from Swabian Instruments. The primary requirements include advanced technical specifications such as a maximum RMS jitter of two picoseconds, a minimum of four input channels upgradable to at least twelve, and a data transfer rate of 80 million tags per second, scalable to 1200 million tags per second using FPGA technology. This procurement is critical for enhancing research capabilities in quantum optics and ensuring compatibility with existing systems, with an estimated acquisition cost between $10,000 and $250,000. Interested parties may submit capability statements to Maribel Ramirez at maribel.ramirez23.civ@us.navy.mil by the closing date of December 20, 2025.
    Sources Sought: For Ionospheric Ground Sensors (IGS) Sustaining and Engineering Support Request for Information (RFI)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking information from commercial entities capable of providing sustaining and engineering support for the Ionospheric Ground Sensors (IGS) program. This procurement aims to identify companies that can deliver maintenance, specialized engineering support, installation, and sustainment for the Next Generation Ionosonde (NEXION) and Ionospheric Scintillation Total Electron Content (TEC) Observer (ISTO) systems, which are critical for characterizing the space weather environment and supporting various defense operations. The selected contractors will be responsible for tasks such as site surveys, spectrum analysis, cybersecurity compliance, and system troubleshooting, with a focus on ensuring the operational readiness of IGS installations globally. Interested parties are encouraged to respond by January 12, 2026, and should direct inquiries to Chaz Wisuri at chaz.wisuri@spaceforce.mil or Ryan Hart at ryan.hart.23@spaceforce.mil.