internal Contractor Support Services (iCSS) Special Notice 0007
ID: N6134025R0004-0007Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAWC TRAINING SYSTEMS DIVORLANDO, FL, 32826-3224, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 7:00 PM UTC
Description

The Department of Defense, specifically the Naval Air Warfare Center Training Systems Division, is seeking industry input regarding the upcoming Amendment 0002 to RFP N6134025R0004 for internal Contractor Support Services (iCSS). This procurement aims to update various attachments related to wage determinations, past performance information, contract cost summaries, and minimum labor wage rates, with significant changes anticipated in areas such as page limits and evidence requirements for facility clearances. The opportunity is set aside for SBA Certified Women-Owned Small Businesses (WOSB) and will be performed in Orlando, Florida. Interested parties can reach out to Michael Yucht at michael.d.yucht.civ@us.navy.mil or Alana Nunez-Bennett at alana.nunez-bennett.civ@us.navy.mil for further information, with a proposal submission deadline extended to 3:00 PM EDT on April 29, 2025.

Files
No associated files provided.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
NAVIGATION, SEAMANSHIP, AND SHIPHANDLING TRAINERS (NSST) MODELING AND MODIFICATIONS
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking sources for modifications to the Navigation, Seamanship, and Shiphandling Trainers (NSST) Baseline 1 systems. The primary objective is to develop a new Ownship model and modify ship-to-ship physics interactions while ensuring that existing functionalities remain intact. This initiative is crucial for enhancing training systems that utilize proprietary VirtualShip technology, originally developed by General Dynamics Information Technology (GDIT). Interested parties must submit their technical capabilities, including company information and cost estimates, by 1 p.m. EST on April 21, 2025, to Mr. Mark Johnson at mark.e.johnson106.civ@us.navy.mil, with a copy to Mr. Issa Malki at issa.j.malki.civ@us.navy.mil. Note that this is a sources sought notice and not a request for proposals.
Fleet and Family Support (FFSP) Global Staffing
Buyer not available
The Department of Defense, through the Commander Navy Installations Command (CNIC), is seeking contractors to provide comprehensive staffing and support services for the Fleet and Family Support Programs (FFSP) located both within the continental United States (CONUS) and outside (OCONUS). The primary objectives of this procurement include augmenting existing FFSP personnel through global staffing solutions and delivering webinar hosting and production services via a learning management system. These services are crucial for enhancing the well-being of active duty military personnel, retirees, and their families, ensuring effective program implementation across four key functional areas: Work and Family Life, Counseling, Advocacy and Prevention, Sexual Assault Prevention and Response, and Integrated Primary Prevention. Interested contractors should note that the submission deadline for proposals has been extended to April 25, 2025, at 1500 Central Standard Time, and are encouraged to contact Christopher Tullos at christopher.l.tullos.naf@us.navy.mil or Troy Milburn at troy.l.milburn3.naf@us.navy.mil for further inquiries.
Commercial Industrial Services (CIS) Scaffolding Services Follow-on, Multiple Award Contract, Indefinite Delivery Indefinite Quantity (MAC-IDIQ)
Buyer not available
The Department of Defense, through the Southwest Regional Maintenance Center, is seeking proposals for Commercial Industrial Services (CIS) Scaffolding Services under a multiple award indefinite delivery indefinite quantity (MAC-IDIQ) contract. The procurement aims to provide labor, services, equipment, and materials for the on-load, assembly, certification, modification, disassembly, and offload of scaffolding and fall protection materials onboard U.S. Navy ships within a 50-mile radius of San Diego, CA. This contract is crucial for maintaining operational readiness and safety standards aboard naval vessels. Interested small businesses are encouraged to contact Mira Brown at miramaje.c.brown.civ@us.navy.mil or Roderick Rioveros at roderick.q.rioveros.civ@us.navy.mil to receive notifications regarding the Request for Proposal (RFP) posting, which is expected to be awarded based on best-value procurement criteria, including past performance and technical evaluations.
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, focusing on computer systems design and application development. The services are critical for improving operational efficiency and effectiveness within the Navy's logistics framework. Interested parties should note that the solicitation response date has been extended to April 30, 2025, and can reach out to Elden Greuber at elden.greuber@navy.mil or 609-504-1001, or Meghan Huett at meghan.e.huett.civ@us.navy.mil or 240-298-8501 for further inquiries.
Damage Control Wet Trainer (DCWT)
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking information from potential sources to design, fabricate, install, and test Damage Control Wet Trainer (DCWT) devices for the U.S. Navy. These devices are intended to enhance training for damage control teams in managing flooding casualties resulting from piping ruptures and ship collisions, with installations planned at six locations both within the continental United States and overseas. The initiative aims to modernize or replace existing training devices that have been in operation since 1990-2009, ensuring realistic training environments that can accommodate up to 3,500 students annually. Interested parties are encouraged to submit their design concepts, cost estimates, and timelines by April 14, 2025, and can reach out to Lisa Castelli or Mark Johnson via email for further information.
CAC Badge Reader and Camera Upgrade
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is soliciting bids for the installation and upgrade of badge readers and internal cameras as part of the NACABS-CU project in Orlando, Florida. This procurement involves the installation of government-furnished badge readers, reprogramming of LENEL panels, and the replacement of outdated internal cameras, with a focus on enhancing security infrastructure to accommodate Common Access Cards and PIVs. The project is critical for modernizing access control systems across various facilities, ensuring compliance with government standards, and improving overall security measures. Interested contractors must submit their quotes by April 25, 2025, with a contract award anticipated by May 12, 2025, and all work to be completed by September 15, 2025. For inquiries, contact Madeline R. Jackson at madeline.r.jackson@us.navy.mil or Tony Pham at chi.t.pham@navy.mil.
MSMA CJ&A
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to issue orders on a sole source basis under a Basic Ordering Agreement (BOA) with Collins Aerospace for various support services related to the Control Display Unit (CDU), Multi-Function Display-based Common Cockpit System (CCS), Flight Management System (FMS), and Tactical Air Navigation System (TACAN). The procurement encompasses a range of services including repair and modification, spare parts, hardware development, test and integration support, and engineering assistance, all critical for maintaining and enhancing the operational capabilities of U.S. military aircraft. Interested parties may express their interest and capability by responding to this notice, although the government does not intend to fund the development of alternative sources. Inquiries should be directed to Kassidy Cross at kassidy.a.cross.civ@us.navy.mil by April 24, 2025, at 2:00 PM Eastern Time.
Product Manager (PdM) Combat Service Support Equipment (CSSE) Services RFI
Buyer not available
The Department of Defense, through the Marine Corps Systems Command (MARCORSYSCOM), is seeking responses to a Request for Information (RFI) for Acquisition Lifecycle Management Support related to the Product Manager Combat Service Support Equipment (CSSE). The objective is to gather support services encompassing logistics, engineering, risk management, training, and other critical areas to facilitate the planning and execution of acquisition programs for various Marine Corps systems. This initiative is vital for ensuring the effective development and staffing of programmatic efforts that meet the operational needs of the Marine Corps. Interested parties must submit white papers by May 8, 2025, and direct any questions via email by April 15, 2025, to Jessica Munoz at jessica.m.munoz.civ@usmc.mil or Ebony King at ebony.king@usmc.mil. Please note that this RFI is for information purposes only and does not constitute a solicitation for proposals.
69--Addition of alternate POC for Mr. Chau Truong
Buyer not available
Special Notice DEPT OF DEFENSE DEPT OF THE NAVY: The Naval Air Warfare Center Training Systems Division (NAWCTSD) is hosting an Industry Day and Site Visit for the Littoral Combat Ship (LCS) Independence variant Integrated Tactical Trainer (ITT) Procurement. The scope of work includes the design, development, fabrication, integration, delivery, installation, configuration, technical documentation, and test of the LCS ITT-4 to be located at the Littoral Combat Ship (LCS) Training Facility (LTF), Naval Station San Diego, CA. The Industry Day Conference and Site Visit will provide a technical exchange to potential Offerors and offer a draft release of the Technical Requirements package. All interested parties must notify NAWCTSD of their intent to participate. The anticipated RFP release date is October 2016, with an anticipated award date in May 2017.
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.