Mock Cyber Operational Readiness Assessment (CORA)
ID: 1301305107Type: Sources Sought
Overview

Buyer

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

NAICS

Other Computer Related Services (541519)

PSC

SUPPORT- PROFESSIONAL: PROGRAM EVALUATION/REVIEW/DEVELOPMENT (R410)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Fleet Logistics Center Norfolk, is seeking qualified sources to conduct a two-week mock Cyber Operational Readiness Assessment (CORA) for the United States Naval Academy's (USNA) unclassified educational environment. The objective of this assessment is to identify security vulnerabilities and ensure compliance with relevant security guidelines, utilizing a methodology similar to that of the Department of War’s CORA Team. This opportunity is crucial for enhancing the cybersecurity posture of the USNA, as it involves a comprehensive evaluation of various systems and networks, including boundary systems, internal websites, and firewalls. Interested parties must submit their capability statements and estimates by December 9, 2025, to Ms. Jordan Walton at jordan.l.walton.civ@us.navy.mil, as this is a sources sought notice and not a solicitation for contract award.

    Point(s) of Contact
    Files
    Title
    Posted
    The Fleet Logistics Center Norfolk seeks qualified sources for a two-week, on-site cybersecurity assessment of the United States Naval Academy's (USNA) unclassified educational environment. This Sources Sought Notice is for planning purposes only, anticipating a single-award, Firm-Fixed-Price (FFP) contract under NAICS code 541519. The assessment will mirror the Department of War’s CORA Team methodology to identify security vulnerabilities and risks, with detailed specifications outlined in an attached Statement of Work. This is not a solicitation; the government will not award a contract from this announcement or pay for submitted information. Interested parties must email capability statements and/or estimates by December 9, 2025, to Ms. Jordan Walton, including company, CAGE Code, SAM registration, business size, and existing government contract vehicle information if applicable. All communications must be in writing; telephone requests will not be honored.
    This Statement of Work (SOW) outlines a two-week mock Cyber Operational Readiness Assessment (CORA) for the United States Naval Academy's (USNA) unclassified educational environment. The assessment, modeled after the Department of War's CORA Team, aims to identify security vulnerabilities, ensure compliance with DISA STIGs/SRGs and DoW orders, and provide actionable remediation recommendations. The scope includes boundary/DMZ systems, select internal web sites, servers, virtual environments, wireless networks, databases, firewalls, IDS/IPS, and key network switches. It also involves a documentation review of security policies and plans. Excluded are guest wired and wireless networks. The methodology incorporates vulnerability scanning using USNA's ACAS, configuration audits, and policy reviews. The project timeline spans two weeks for discovery, assessment, validation, and analysis, followed by a reporting phase, with the final report delivery within 30 business days. The sole deliverable is a comprehensive CORA Assessment Report, including an executive summary, detailed findings with risk ratings, actionable recommendations, and a presentation. Responsibilities are divided, with the assessor executing inspection activities and maintaining confidentiality, while USNA provides necessary access, credentials, and ensures system operational readiness.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NAVIFOR SATCOM
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk, is seeking information from qualified 8(a) certified sources for contractor support services related to the Navy Information Forces Command (NAVIFOR). The objective is to provide support 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. This contract, anticipated to be a Firm Fixed-Price agreement, will have a base period of twelve months with four additional twelve-month option periods and a potential six-month extension, primarily performed in Suffolk, Virginia. Interested parties must submit their qualifications, including a capability statement and proof of Top Secret Facility/SCI Clearance, by December 4, 2025, to Valara Cheristin at valara.r.cheristin.civ@us.navy.mil.
    Surface Ship Corrosion Mitigation
    Buyer not available
    The Department of Defense, through the Naval Supply Logistics Center Norfolk, is seeking contractor services for a Surface Ship Corrosion Mitigation Program aimed at assessing and remediating corrosion on naval vessels. The program includes twelve assessment events and training sessions for Ship's Force personnel on eight combatant ships and four amphibious ships, with the objective of conducting one assessment per ship each month. This initiative is critical for maintaining the operational integrity of naval ships and involves providing a six-month supply of corrosion inhibition materials for use by the Ship's Force as needed. Interested contractors should contact Elysia Allen at elysia.m.allen2.civ@us.navy.mil for further details, as the contract encompasses a 12-month base period with an option for an additional 12 months, and is set to take place at Naval Station Norfolk, Virginia.
    Civilian Mariner Wireless Network (CivMar WiN) Installation and Sustainment Follow-on Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the Civilian Mariner Wireless Network (CivMar WiN) Installation and Sustainment Follow-on Contract, with operations based in Norfolk, Virginia. This procurement aims to extend the Request for Information (RFI) cutoff date for Notice ID N32205-26-SSN-CivMarWiN, allowing for additional input and engagement from interested parties. The CivMar WiN is crucial for enhancing communication and operational efficiency within the civilian mariner community, ensuring reliable network services. Interested vendors should note that the new RFI cutoff date is December 11, 2025, and can reach out to George Wiggins at george.w.wiggins2.civ@us.navy.mil or Dawn M. Brown at dawn.m.brown185.civ@us.navy.mil for further inquiries.
    COMMAND AIRCRAFT CREW TRAINING (CACT) PROGRAM FOR ACADEMIC AND SIMULATOR TRAINING ON THE UC-35D AIRCRAFT
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Orlando Training Systems Division (NAWCTSD), is seeking qualified contractors to provide academic and simulator training for the Navy's Command Aircraft Crew Training (CACT) Program on the UC-35D aircraft. The procurement involves a Firm Fixed Price (FFP) Requirements contract anticipated to span 60 months, commencing on or about October 30, 2026, and aims to fulfill comprehensive training requirements, including Pilot Initial and Recurrent Training, as well as International Procedures Training. This training is critical for ensuring military aviators are proficient in operating the UC-35D aircraft, which is vital for various Navy operations. Interested parties must submit their capabilities statements by 2 PM EST on January 7, 2026, and can direct inquiries to Joseph Willdigg at joseph.willdigg.civ@us.navy.mil or Audrey Rolland at audrey.rolland@navy.mil.
    Protecting Army Modernization and Supply Chains- Commercial Solutions Opening (CSO)
    Buyer not available
    The Department of Defense, through the Army Contracting Command, is seeking innovative solutions to enhance cybersecurity within the Defense Industrial Base (DIB) as part of the Protecting Army Modernization and Supply Chains initiative. This opportunity invites proposals for automated cybersecurity measures that comply with critical standards such as NIST controls and Cybersecurity Maturity Model Certification (CMMC), aimed at supporting small businesses in mitigating cyber threats while ensuring the protection of intellectual property and secure access. The initiative is crucial for safeguarding defense technologies and ensuring the rapid delivery of military capabilities, with submissions accepted until March 6, 2030. Interested parties can contact the Army NCODE Team at usarmy.apg.acc.mbx.dc3oe-ncode-cso@army.mil for further information.
    Commander, Fleet Readiness Centers (COMFRC); Digital Group; Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements, and Software Lifecycle Support (ITPSS)
    Buyer not available
    The Department of Defense, through the Commander, Fleet Readiness Centers (COMFRC) Digital Group, is seeking information from qualified businesses regarding the Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements and Software Lifecycle Support (ITPSS). The procurement aims to support a large portfolio of IT solutions that facilitate Sustained Maintenance Planning (SMP) and MRO activities across the Naval Aviation Enterprise, requiring skilled personnel to manage approximately 20 to 25 concurrent complex business transformation projects. Interested businesses are encouraged to submit a capabilities statement by December 9, 2025, to Kalynn Jackson at kalynn.r.jackson.civ@us.navy.mil, with the anticipated contract type being a Commercial, Indefinite Delivery/Indefinite Quantity (IDIQ) contract, expected to be awarded around January 2027. The current incumbent contractor is Deloitte, and the NAICS code for this opportunity is 541511, Custom Computer Programming Services.
    CNATRA COMS Notice of Tentative Acquisition Strategy under FTSS V MAC Lot I and DRAFT RFP
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking proposals for Contractor Operations and Maintenance Services (COMS) under the Field Training Systems Support (FTSS V) Multiple Award Contract (MAC) for various Naval Air Stations. The procurement aims to provide comprehensive operational and maintenance support for Chief of Naval Air Training (CNATRA) at five locations, including NAS Corpus Christi, TX, and NAS Pensacola, FL, with a performance period of 62 months, starting with a base year and four option years. This contract is crucial for ensuring the effective training and operational readiness of naval aviation personnel. Interested parties should note that the anticipated release date for the Request for Proposal (RFP) is January 5, 2026, with proposals due shortly thereafter, and can contact Janet Fondriest at janet.l.fondriest.civ@us.navy.mil for further information.
    NAVWAR Commercial Solutions Opening (CSO)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Systems Command (NAVWAR), is seeking innovative commercial technologies via a Commercial Solutions Opening (CSO) to enhance information warfare capabilities for naval and joint military operations. This initiative aims to procure solutions that align with specific Areas of Interest (AOI) related to NAVWAR's technology portfolios, utilizing a streamlined three-phase model that includes Solution Briefs, Pitch Sessions, and Proposal submissions. The CSO process, running from June 4, 2025, to June 3, 2030, emphasizes collaboration and encourages teaming arrangements among diverse entities, with evaluations based on the relevance, innovation, and technical feasibility of proposed solutions. Interested parties should submit unclassified solutions and comply with cybersecurity and intellectual property regulations, with further details available on the NAVWAR CSO website. For inquiries, contact Alexander Holtet at alexander.holtet@navy.mil or Christopher J Murr at christopher.j.murr.civ@us.navy.mil.
    Cybersecurity Operations Facility
    Buyer not available
    The Department of Defense, specifically the Army Corps of Engineers, is soliciting proposals for the construction of a new Cybersecurity Operations Facility at Fort Meade, Maryland. This facility will serve the Navy and Marines, featuring secure open office spaces, operational areas, a large server area, and various mission support areas including training and collaborative spaces. The project is significant for enhancing cybersecurity operations and infrastructure, with a firm fixed-price contract structure. Interested contractors should note that the proposal due date has been extended to January 6, 2026, and can reach out to Aisha Boykin at aisha.r.boykin@usace.army.mil or Tamara Bonomolo at tamara.c.bonomolo@usace.army.mil for further information.
    M00264-26-RFI-001 Marine Corps Information Maneuver School (MCIMS)
    Buyer not available
    The Department of Defense, through the Marine Corps Information Maneuver School (MCIMS), is seeking sources for contract support to provide academic instruction and training in Civil Affairs (CA), Civil-Military Operations (CMO), and Information Operations (IO) planning. The objective is to identify qualified vendors capable of delivering curriculum development and course maintenance for various Military Occupational Specialties (MOS), including the CA MOS Course and CMO Planner, which are critical for preparing Marines for operational effectiveness. The current contract is held by Green Cell Consulting LLC, and the anticipated NAICS code for this opportunity is 611430, with a size standard of $15 million. Interested parties must submit their responses, including a capabilities statement and business details, by December 30, 2025, at 10:00 AM EDT, to Erin Silverthorn at erin.silverthorn@usmc.mil or Christa Eggleston-Scott at christa.eggleston-sc@usmc.mil.