NAVY ANALYTIC STUDIES PROGRAM
ID: N0018924RZ190Type: Solicitation
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: OTHER (R499)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the Navy Analytic Studies Program through the NAVSUP FLT LOG CTR Norfolk. This opportunity seeks professional services in the realm of analytic studies, which are critical for supporting various operational and strategic initiatives within the Navy. The contract falls under the NAICS code 541990, which encompasses all other professional, scientific, and technical services, and is classified under the PSC code R499 for professional support services. Interested parties can reach out to Erin Kilrain at erin.kilrain@navy.mil or Mark Damanskis at mark.d.damanskis.civ@us.navy.mil for further details regarding the solicitation.

    Point(s) of Contact
    Telephone: 215-697-9617
    erin.kilrain@navy.mil
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) issued for the Navy's Analytic Studies Program, aimed at obtaining contractor support for the Navy's Planning, Programming, Budgeting, and Execution (PPBE) process and capability analyses. The solicitation details the scope of work, which includes modeling, simulation, and analytical activities pertinent to the Navy's operational requirements, focusing on an unrestricted acquisition strategy. Contractors are encouraged to submit a two-page Corporate/Performance Overview initially, detailing their capabilities and past experiences relevant to the requirements outlined in the Performance Work Statement (PWS). Following evaluation, chosen contractors will be invited to submit full proposals. Key deliverables include regular status reports, final analysis briefs, and detailed documentation of methodologies and findings. The document also specifies security requirements, potential travel costs, and other direct costs associated with fulfilling project obligations. The contractor must demonstrate the capacity to meet highly specialized and classified information security needs. Overall, this RFP represents the Navy's commitment to enhancing its analytical capabilities in alignment with national defense strategies, ensuring informed decision-making in resource allocation and effectiveness in operational capabilities.
    The Performance Work Statement (PWS) for the Navy Analytic Studies Program outlines the Navy's requirements for analytic support to enhance capability analysis and resource allocation within its Planning, Programming, Budgeting, and Execution (PPBE) system. The document emphasizes the necessity for a robust analytic environment, addressing strategic goals amid evolving maritime challenges and the need for rapid adaptation to maintain military readiness and effectiveness. The scope encompasses modeling, simulation, analysis tools, and prioritizes extensive assessments of various warfare capabilities and mission requirements. Key tasks include supporting the Program Objective Memorandum (POM) process, conducting warfare analyses, developing operational scenarios, and maintaining analytic databases. The contractor will deliver numerous reports, including technical progress updates and final analyses, vital for decision-making by Navy leadership. Additional responsibilities involve providing software support, adhering to security requirements, and ensuring that all outputs comply with federal data rights and accessibility standards. The overall purpose of the RFP corresponds with enhancing the Navy's analytic capabilities to align investments with strategic imperatives effectively and efficiently.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NECC Central Issue Facilities Programs
    Dept Of Defense
    The Department of Defense, through the Naval Supply Center (NAVSUP) Fleet Logistics Center (FLC) Norfolk, is seeking qualified 8(a) firms to provide Central Issue Facilities Support Services for the Navy Expeditionary Combat Command (NECC). The primary objective of this procurement is to obtain analytical and logistical product support management for three Central Issue Facilities (CIFs) located in Williamsburg, Virginia, and Gulfport, Mississippi, focusing on inventory management, customer support, and logistics analysis for Infantry Combat Equipment (ICE) and medical/dental materials. This contract is anticipated to be a firm-fixed-price type, with performance expected to commence around March 26, 2026, and will span five years, including one base year and four option years. Interested parties should submit their capabilities statements by December 18, 2025, to Sherell Brown at sherell.g.brown.civ@us.navy.mil and Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.
    Test, Engineering/Analysis Fleet Support
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, Dahlgren Division (NSWCDD), is seeking qualified SEAPORT MAC holders to provide Test, Engineering/Analysis, and Fleet Support services for NSWCDD and Dam Neck Activity (DNA). The procurement aims to enhance integrated combat systems through expert engineering and technical support, which are critical for maintaining operational readiness and effectiveness. Interested firms must register for PIEE accounts to receive solicitations and submit proposals, as only SEAPORT MAC holders are eligible for award under this solicitation. For further inquiries, interested parties can contact Samantha Price at samantha.l.price22.civ@us.navy.mil or by phone at 540-742-1711.
    NUWC Division, Keyport and NSLC Mechanicsburg SeaPort/Service Contract Forecast
    Dept Of Defense
    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.
    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.
    CABLE ASSEMBLY,INTE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of cable assemblies. This contract falls under the NAICS code 332710, which pertains to machine shops, and the PSC code 4920, related to specialized equipment for aircraft maintenance and repair. The goods are critical for maintaining operational readiness and ensuring the reliability of naval systems. Interested vendors should reach out to Bridget M. Murphy at 215-697-5047 or via email at BRIDGET.M.MURPHY6.CIV@US.NAVY.MIL for further details regarding the solicitation process and requirements.
    Aircraft Carrier Readiness Support
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking contractors for the Aircraft Carrier Readiness Support contract, aimed at enhancing the operational readiness of U.S. Navy aircraft carriers. This procurement involves providing professional engineering assistance, including technical expertise, logistics coordination, and quality assurance, to support the maintenance and modernization of the USS Nimitz (CVN 68) and USS Gerald R. Ford (CVN 78) class carriers. The contract is crucial for ensuring that these vessels are mission-capable and ready for deployment, aligning with the Navy's operational requirements. Interested parties should note that the solicitation is expected to be available around February 1, 2026, with a total contract period anticipated from August 1, 2026, to July 30, 2031. For inquiries, contact Jill Joscelyn at jill.h.joscelyn-smith.civ@us.navy.mil or call 757-443-1219.
    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.
    13--NYLON CONTROL SURFA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the manufacture of Nylon Control Surfaces. This procurement involves the production of specific components classified under the NAICS code 334511, which pertains to the manufacturing of search, detection, navigation, guidance, aeronautical, and nautical systems and instruments. The Nylon Control Surfaces are critical components used in naval operations, and the contract will require adherence to stringent quality assurance standards, including ISO 9001 compliance. Interested vendors should note that the desired delivery time is 591 days for two separate line items, and they must provide proof of being an authorized distributor of the original manufacturer. For further inquiries, potential bidders can contact Zachary R. Morrill at 717-605-1552 or via email at zachary.r.morrill.civ@us.navy.mil.
    Food Services / Logistics Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through MSC Norfolk, is seeking qualified vendors to provide food and logistics services. The procurement aims to fulfill requirements related to education and training, particularly in training and curriculum development, under the PSC code U008. These services are crucial for supporting military operations and ensuring effective training programs. Interested parties can reach out to Alexandra Hiser at alexandra.p.hiser.civ@us.navy.mil or Christina McCloud at christina.l.mccloud2.civ@us.navy.mil for further details regarding the opportunity.
    WING STATION CONTRO
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and overhaul of Wing Station Control components, classified under NAICS code 336413. The procurement aims to ensure that these aircraft parts are restored to a Ready for Issue (RFI) condition, adhering to strict quality and inspection standards as outlined in the Statement of Work. These components are critical for maintaining operational readiness within the Navy's aviation systems. Interested contractors should direct inquiries to Sara M. Weinert at 215-697-3848 or via email at sara.m.weinert3.civ@us.navy.mil, with the expectation of a contract award following the established timelines and requirements detailed in the solicitation.