This Performance Work Statement (PWS) outlines a non-personal services contract for contractor support to Navy Information Forces (NAVIFOR) N8 Directorate. The primary purpose is to identify and address requirements and capability gaps in Resilient Command, Control, and Communications (RC3), IT Transport & Networks, Naval Computer and Telecommunications Platforms (NCTP) C5I Shore Command’s Core Tactical Baseline, and Ready Relevant Learning (RRL) Information Systems & Transport (IS&T). The contract will involve two key personnel: a Senior Requirements, Doctrine, and Experimentation SME and an Advanced Extremely High Frequency (AEHF) and Protected SATCOM, Wideband MILSATCOM/COMSATCOM, Shore Telecommunication Station SME. These personnel will provide expertise in developing requirements, analyzing solutions, crafting proposals, and supporting various initiatives related to information warfare and communications within contested environments. The contract is a firm-fixed-price Purchase Order with a base year and four option years, with performance primarily at Navy Information Forces in Suffolk, VA. Contractors will be required to travel and must possess Top Secret (SCI) security clearances.
This Sources Sought notice from Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk is for planning purposes only, seeking information from qualified and experienced 8(a) certified sources for contractor support services. The anticipated Firm Fixed-Price contract, under NAICS code 541611, will provide support for Navy Information Forces Command (NAVIFOR) in areas such as Resilient Command, Control, and Communications (RC3), IT Transport & Networks, and Naval Computer and Telecommunications Platforms (NCTP) C5I Shore Command’s Core Tactical Baseline Requirements. The contract is expected to have a twelve-month base period with four twelve-month option periods and a potential six-month extension. Interested 8(a) companies with a Top Secret Facility/SCI Clearance are requested to submit company information, CAGE Code, GSA/SeaPort-NxG contract numbers if applicable, SBA 8(a) certification details, estimated annual salary for proposed employees, proof of clearance, a capability statement with relevant past performance, and any questions or feedback on the draft PWS by December 4, 2025. This is not a request for proposals, and the government will not award a contract based on this notice or pay for submitted information.
This Sources Sought notice from Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk is for planning purposes only, seeking information on qualified and experienced 8(a) certified sources for contractor support services. The anticipated Firm Fixed-Price contract, under NAICS code 541611 ($24.5M size standard), will provide support for Navy Information Forces Command (NAVIFOR) in areas such as Resilient Command, Control, and Communications (RC3), IT Transport & Networks, and Naval Computer and Telecommunications Platforms (NCTP) C5I Shore Command’s Core Tactical Baseline Requirements. The primary location for support is Suffolk, VA, with potential travel. The contract is expected to have a twelve-month base period, four twelve-month option periods, and a six-month extension option. Interested 8(a) companies must submit specific information by December 9, 2025, including company details, CAGE Code, GSA/SeaPort-NxG contract numbers (if applicable), 8(a) certification confirmation, estimated Rough Order of Magnitude (ROM) for salaries, proof of Top Secret Facility/SCI Clearance, and a capability statement demonstrating ability to meet the draft PWS requirements with relevant past performance. Responses should not exceed five pages and should be emailed to Valara Cheristin. This is not a solicitation for proposals, and the government will not pay for submitted information or provide notification of results.