Strategy, Communications, and Change Management and Enablement Products
ID: N00024-26-R-4319Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSEA HQWASHINGTON NAVY YARD, DC, 20376-5000, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), intends to contract with Ink to Think, LLC for strategy, communications, and change management products. The procurement aims to support national security strategy priorities through the provision of data products across Impact Levels (IL-4 and IL-5), addressing all Controlled Unclassified Information (CUI) use cases. This contract is critical as it leverages Ink to Think's unique experience and capabilities, ensuring timely fulfillment of NAVSEA's requirements over a period of 20 months, should all options be exercised. Interested parties can reach out to Shawn Fu at shawn.q.fu.civ@us.navy.mil or call 202-781-1087 for further inquiries, noting that this notice is not a request for competitive proposals.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    DATA SERVICES
    Buyer not available
    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.
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NAVSEA HQ, is seeking to award a sole source contract for the New England Maintenance Manpower Initiative (NEMMI) related to non-nuclear submarine services. This procurement aims to provide essential maintenance support for combat ships and landing vessels, ensuring operational readiness and efficiency within the naval fleet. The justification for this contract, identified as N00024-23-C-4300, is documented in the attached approval file, emphasizing the critical nature of these services. Interested parties can reach out to Thomas Kohler at thomas.j.kohler11.civ@us.navy.mil or 202-789-4067, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    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.
    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.
    Specification Development & Availability Execution Support (SDAES) Intent to Consolidate
    Buyer not available
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), intends to consolidate the contract requirements for Specification Development and Availability Execution Support (SDAES) related to various classes of in-service ships. This consolidation aims to streamline the development of work specifications for ship repair, enhancing standardization and sustainability across the portfolio of work for classes including CG, DDG, LHD, LHA, LSD, LPD, and LCS. The initiative is designed to improve quality, schedule adherence, and fleet readiness, ultimately benefiting the Government through measurable efficiencies. For further inquiries, interested parties may contact Jessica Zhang at jessica.p.zhang.civ@us.navy.mil or Kathryn Corvello at kathryn.f.corvello.civ@us.navy.mil, though this announcement does not constitute a solicitation or commitment to award a contract.
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Intelligence, Surveillance, and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). This procurement aims to develop and field advanced ISR systems that enhance communication, surveillance, and security capabilities while addressing evolving threats, including support for unmanned systems related to chemical, nuclear, biological, and radiological elements. The anticipated contract will involve multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with a seven-year ordering period, and the final RFP is expected to be released no earlier than November 21, 2025. Interested parties can reach out to Carl Odom at carl.n.odom.civ@us.navy.mil or by phone at 619-553-4454 for further information.
    SEAL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of spare parts under the title "SEAL." This solicitation requires vendors to provide items that necessitate government source approval prior to award, and interested parties must submit their proposals along with the necessary documentation as outlined in the NAVSUP WSS source approval brochure. The procurement is critical for fleet support needs, and early and incremental deliveries are preferred to ensure timely fulfillment of government requirements. Interested vendors should direct their quotes and inquiries to Lara L. Szott at LARA.L.SZOTT.CIV@US.NAVY.MIL by the specified due date.
    NUWC Division, Keyport and NSLC Mechanicsburg SeaPort/Service Contract Forecast
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Keyport and the Naval Sea Logistics Center (NSLC) Mechanicsburg, is forecasting numerous service contract opportunities primarily under NAICS code 541330 (Engineering Services) utilizing the Seaport contract vehicle. These contracts encompass a wide array of support services, including acoustic trial and range sustainment, engineering and technical support, logistics, information technology, and business administration, with many contracts set aside for small businesses, including Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Women-Owned Small Businesses (WOSB). The ongoing procurement activities indicate a robust demand for these services, with several contracts pending award or anticipated follow-on RFPs in the near future. Interested parties can reach out to David Walz at david.e.walz.civ@us.navy.mil or call 360-315-6791 for further information.
    INSPECTION PENETRAN
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of inspection penetrant products under a fixed-price contract. This procurement aims to acquire commercial products that meet specific inspection and acceptance criteria, ensuring compliance with various safety and quality standards. The goods are critical for maintaining operational readiness and safety in naval operations, emphasizing the importance of quality assurance in the supply chain. Interested vendors should contact Melissa Furness at 771-229-0075 or via email at MELISSA.FURNESS@NAVY.MIL for further details, with proposals expected to adhere to the outlined delivery and documentation requirements.
    SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to issue a competitive solicitation for the Surface Electronic Warfare Improvement Program (SEWIP) AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration. This procurement aims to support the design, development, fabrication, integration, and maintenance of the AN/SLQ-32(V) systems and subsystems, which are critical for early detection, signal analysis, and protection against anti-ship missiles. The anticipated contract will be structured as an Indefinite Delivery Indefinite Quantity-Multiple Award Contract (IDIQ-MAC) with a base period of approximately five years, potentially extending for an additional five years. Interested parties should monitor SAM.gov for the release of the Request for Proposal (RFP) expected in January 2026 and may contact Ryan Brophy or Peter Brown for further inquiries regarding the pre-solicitation artifacts and requirements.