R431 - Chief Naval Offices (CNO) Equal Employment Opportunity (EEO) Investigations Support
ID: N0018926QZ007Type: Combined Synopsis/Solicitation
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: HUMAN RESOURCES (R431)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for Equal Employment Opportunity (EEO) investigation support services for the Chief of Naval Operations (CNO). The procurement aims to establish an Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide essential EEO investigation services, which are critical for maintaining compliance and addressing workplace issues within the Navy. Interested vendors must submit their quotations electronically by 11 December 2025 at 12:00 PM EST, with inquiries directed to Paul Pepi at paul.j.pepi.civ@us.navy.mil and Matthew Forsythe at matthew.r.forsythe.civ@us.navy.mil. The NAICS code for this opportunity is 541612, with a small business size standard of $29 million.

    Point(s) of Contact
    Paul Pepi 7608021700 Matthew Forsythe matthew.r.forsythe.civ@us.navy.mil
    paul.j.pepi.civ@us.navy.mil
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NECC Central Issue Facilities Programs
    Buyer not available
    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.
    RDTE Program Technical Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the NAVFAC Systems and Expeditionary Warfare Center, is seeking a contractor to provide technical services for an applied Research, Development, Testing, and Evaluation (RDT&E) program focused on Navy-driven research needs related to at-sea compliance and permitting. The contractor will be responsible for generating communication products and facilitating meeting planning and documentation, ensuring adherence to relevant environmental laws and regulations such as the National Environmental Policy Act and the Marine Mammal Protection Act. This procurement is particularly significant as it supports the Navy's ability to conduct uninterrupted at-sea training and testing, with a contract term of one year starting in 2026, plus four option years. Interested women-owned small businesses are encouraged to submit pricing quotes and technical capability statements, with inquiries directed to Nicole Mendes at nicole.mendes@navy.mil or Ryan J. Kenniff at ryan.j.kenniff.civ@us.navy.mil.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.
    NFPC Lab testing IDIQ 3 years
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking proposals for a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for non-destructive testing (NDT) services. The contract will cover a variety of lab testing services, including chemical analysis, microstructure analysis, and fluorescent penetrant inspection, among others, with a maximum order value of $520,265.29. This procurement is crucial for ensuring the integrity and safety of ship and marine equipment, which is vital for national defense operations. Interested vendors must submit their quotes by December 17, 2025, at 3:00 PM local time, via email to Jessica Kelley at jessica.m.kelley23.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    Analytical Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for Analytical Support Services through a Combined Synopsis/Solicitation. The objective of this procurement is to obtain research, analysis, and development services that will enhance the Naval Aviation Enterprise's analytics capabilities, including modeling and dashboard improvements for comprehensive project analysis initiatives. This Total Small Business Set-Aside opportunity falls under NAICS code 541512, with a size standard of $34 million, and is intended to be awarded as a firm fixed-price Single-Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract. Interested vendors should direct their inquiries to Elden Greuber or Kalynn Jackson via email by the specified deadline, and all quotes must reference Solicitation N6852026Q1003.
    Shop 89 Touch Labor Support - Shipwrights
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking proposals from qualified small businesses for the Shop 89 Touch Labor Support - Shipwrights contract. This procurement involves providing skilled personnel in various trades, including Shipwrights, Program Managers, Project Managers, and Supervisors, to support the maintenance and repair of naval vessels at the shipyard in Portsmouth, Virginia. The contract is crucial for ensuring the operational readiness of vessels such as the USS GEORGE H. W. BUSH and USS HARRY S. TRUMAN, with a performance period anticipated from February 2, 2026, to January 29, 2027, and an option to extend through July 30, 2027. Interested parties should direct inquiries to Alicia Almberg at alicia.l.almberg.civ@us.navy.mil or Melissa White at melissa.e.white13.civ@us.navy.mil, with proposals due by December 2, 2025.
    RDT&E Tech Refresh
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting bids for the procurement of laptops, workstations, and portable hard drives, specifically aimed at supporting CODE 60 Logistics for scanning hardware and IT equipment. This opportunity, valued at $34,000,000, is set aside for Women-Owned Small Businesses (WOSB) and includes requirements for high-performance computing equipment, such as gaming laptops and robust workstations with advanced specifications. The procurement emphasizes compliance with federal acquisition regulations, including software security and accessibility standards, with deliveries expected by December 19, 2025. Interested vendors should contact Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil and submit their proposals by December 17, 2025.
    Maritime Operations Center (MOC) Support Services
    Buyer not available
    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.
    Reverse Engineering, Science, and Technology for Obsolescence, Restoration, and Evaluation (RESTORE) Laboratory Engineering Services
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting proposals for engineering services under the Reverse Engineering, Science, and Technology for Obsolescence, Restoration, and Evaluation (RESTORE) Laboratory. The procurement aims to provide comprehensive research, development, simulation, evaluation, and engineering services for manned and unmanned Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance, and Reconnaissance (C5ISR) platforms, which are critical for national defense operations. This contract, classified under NAICS code 541330, has a size standard of $47 million and is set aside for 8(a) competed firms, emphasizing the importance of innovation and sustainment in C5ISR capabilities. Interested parties must submit questions by November 19, 2025, and proposals by December 15, 2025, with inquiries directed to Melissa Tell at melissa.k.tell.civ@us.navy.mil or Emily Green at emily.f.green.civ@us.navy.mil.
    NNSY Job Fair Advertising
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard (NNSY), is seeking qualified small businesses to provide advertising services in support of its Job Fair scheduled for 2025. The procurement aims to deliver comprehensive advertising solutions, including radio and television campaigns, to effectively promote job opportunities in engineering and technician roles at NNSY, utilizing various media platforms and targeted advertising strategies. This initiative is crucial for enhancing recruitment efforts for critical workforce positions within the shipyard, ensuring compliance with federal regulations and promoting small business participation. Interested contractors should note that a solicitation is anticipated to be posted around December 3, 2025, and can contact Jason D. Fittro at Jason.Fittro@navy.mil or Denise J. Swain at denise.j.swain.civ@us.navy.mil for further information.