IW TYCOM Strategic Planning, Project Management and NWTS Support
ID: 20250000471Type: Sources Sought
Overview

Buyer

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

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
  1. 1
    Posted Dec 30, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 30, 2024, 12:00 AM UTC
  3. 3
    Due Jan 14, 2025, 6:00 PM UTC
Description

The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking information from qualified sources for the IW TYCOM Strategic Planning, Project Management, and NWTS Support contract. This opportunity aims to provide contractor support for the Navy Information Forces Command (NAVIFOR) in enhancing its Information Warfare Type Command (IW-TYCOM) Training and Readiness program, which is critical for maintaining operational capabilities in various IW disciplines, including cybersecurity and electronic warfare. The anticipated contract will span from June 2025 to June 2030, with a one-month phase-in period followed by an eleven-month base period and four optional twelve-month extensions, requiring all personnel to possess TS/SCI clearance due to the sensitive nature of the work. Interested parties should submit their responses, including company qualifications and relevant documentation, to Kendall Mulherin by 1:00 PM ET on January 14, 2025.

Files
Title
Posted
Dec 30, 2024, 8:05 PM UTC
The Performance Work Statement (PWS) outlines the framework for Strategic Planning, Project Management, and training support for the Naval Information Forces (NAVIFOR) based in Suffolk, VA, which is responsible for Navy Information Warfare (IW) capabilities. NAVIFOR manages training policies, programs, and readiness assessments to ensure combat-ready forces encompassing various IW disciplines such as cybersecurity, electronic warfare, intelligence, and information operations. The PWS details the contractor's responsibilities, including technical support for the Navy Warfare Training System (NWTS), development of Mission Essential Task Lists (METLs), and oversight of training readiness. Key tasks involve collaborating with other commands to enhance training standards and incorporating readiness reporting systems. It establishes work phases, a timeline for deliverables, and personnel requirements to execute project management effectively. The contract's period of performance runs from June 2025 to June 2030, emphasizing a seamless transition and cooperation with government personnel. Adherence to security regulations, including TS/SCI clearance for all personnel, is mandatory due to the sensitive nature of the data handled. This PWS underscores NAVIFOR's commitment to optimizing mission readiness through structured and strategic training practices.
Dec 30, 2024, 8:05 PM UTC
The document outlines planned government missions from 2025 to 2030, focusing on a series of naval and operational units across various locations, including Naples, Georgia, Texas, and more. Each month lists specific missions for units such as PR NCTS, PR NIOC, and ULTRA, indicating ongoing operations and analyses, including the last and next mission assessments. Key units highlighted include NIOC TEXAS, NCTS SAN DIEGO, and FWC NORFOLK, with a structured approach to mission analysis tracking critical timelines for last and upcoming assessments. Also, it includes references to mission readiness for specific deployments, indicating the strategic importance of these operations for national defense and naval readiness. The overall document represents a detailed schedule and analysis relevant to federal contracts, grants, and state RFPs, demonstrating the government's ongoing commitment to maintaining operational capabilities in multiple regions.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Command, Control, Communications, Computers, and Intelligence (C41) Integrated International Solutions (CIIS) Follow-On
Buyer not available
The Department of Defense, through the Naval Information Warfare Systems Command (NAVWAR), is seeking proposals for the Command, Control, Communications, Computers, and Intelligence (C41) Integrated International Solutions (CIIS) Follow-On project. This procurement aims to acquire, field, and sustain tailored, interoperable C4I capabilities in support of U.S. Department of Defense security cooperation programs, specifically involving the design, procurement, and installation of C4I systems in various foreign nations. The contract will be structured as an indefinite-delivery indefinite-quantity (IDIQ) Multiple Award Contract (MAC) with a five-year ordering period, utilizing a hybrid Firm Fixed Price/Cost Plus Fixed Fee/Cost-reimbursable approach, with an estimated award date between July and August 2025. Interested parties can direct inquiries to Contract Specialist Magdalena Uriostigue at magdalena.uriostigue.civ@us.navy.mil or by phone at 858-537-8757.
ICS and OHSTTX Training Courses
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified contractors to provide Incident Command System (ICS) and Oil and Hazardous Substance Tabletop Exercise (OHSTTX) training courses. This procurement aims to establish a firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract to support the Naval Safety and Environmental Training Center in Norfolk, Virginia, with a focus on enhancing safety and environmental training capabilities. The opportunity is set as a 100% Small Business Set-Aside under NAICS code 611430, with a size standard of $15 million, and emphasizes the importance of high-quality training services in emergency management. Interested vendors must submit their proposals electronically by the specified deadlines, with the solicitation expected to be available around March 27, 2025, and questions due by April 2, 2025. For further inquiries, potential bidders can contact Alexandria McCune at alexandria.e.mccune.civ@us.navy.mil or Christopher Whiteside at christopher.d.whiteside2.civ@us.navy.mil.
Inventory Management (IM) and Warehouse Management (WM) Support
Buyer not available
The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting proposals for Inventory Management (IM) and Warehouse Management (WM) support services under solicitation No. N66001-25-R-0003. The procurement aims to secure comprehensive services for shipping, receiving, excessing, and managing warehouse inventory, which includes handling both nonhazardous and hazardous materials. This opportunity is particularly significant as it supports the operational efficiency of the Navy's logistics and supply chain management. Interested small businesses, specifically those certified under the 8(a) program, must submit their proposals by 28 April 2025, with questions directed to the primary contacts Genesis E Nicolas Tabalanza and Emily Green by 09 April 2025.
Follow-On Towed Array Integrated Product Team (TAIPT) Telemetry and Technical Services
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), intends to award a follow-on Indefinite Quantity/Indefinite Delivery (ID/IQ) contract for Telemetry and Technical Services related to the Towed Array Integrated Product Team (TAIPT). This procurement aims to secure engineering and technical services, including configuration management, component repairs, and technical documentation for sonar arrays, specifically enhancing capabilities for undersea and anti-submarine warfare operations. The contract will be awarded on a Sole Source basis to L3 Technologies, Inc. Chesapeake Sciences, with an anticipated requirement of 40,300 man-hours over a five-year period. Interested parties may submit capability statements for consideration, and further details will be released with the Request for Proposal (RFP) expected around April 2025. For inquiries, contact Kerin Prairie at kerin.m.prairie.civ@us.navy.mil or Andrew Kenyon at andrew.kenyon3.civ@us.navy.mil.
Sources Sought SURFLANT HQ IT Support
Buyer not available
The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking sources for IT support services under the title "Sources Sought SURFLANT HQ IT Support." The procurement aims to provide comprehensive mission readiness and infrastructure support, including cybersecurity, network management, and administrative services at Naval Station Norfolk and Mayport. This initiative is crucial for ensuring the cyber readiness and operational effectiveness of Naval forces, aligning with Department of Defense policies. Interested parties can reach out to Jill Joscelyn at jill.h.joscelyn-smith.civ@us.navy.mil or Joseph Frech at joseph.frech@navy.mil for further information.
Joint Theater Level Simulation-Global Operations Support
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking information from qualified contractors to provide technical and engineering services for the Joint Theater Level Simulation-Global Operations (JTLS-GO) application. The procurement aims to enhance joint military training and operational readiness by supporting the development, maintenance, and operational enhancements of the JTLS-GO software, which is crucial for multi-level training and analysis for U.S. military personnel and coalition partners. Interested parties must possess a TS-SCI security clearance and are invited to submit their capabilities, experience, and personnel qualifications by April 28, 2025, as part of this Request for Information. For further inquiries, potential respondents can contact Martyn Piggott at martyn.t.piggott.civ@us.navy.mil.
CAA-TW25
Buyer not available
The Department of Defense, specifically the Naval Information Warfare Systems, is seeking white papers for the Commercial Area Announcement (CAA) related to the Fiscal Year 2025 Trident Warrior (TW25) experiment. This initiative aims to solicit participation in Fleet Experimentation events, focusing on advancements in information technology and telecommunications. The outcomes of this experimentation are crucial for enhancing naval capabilities and operational effectiveness. Interested parties can reach out to Contract Specialist Ixchel Valenzuela Goldilla at ixchel.valenzuelagoldilla.civ@us.navy.mil or call 619-548-1160 for further details on submission requirements and deadlines.
Waterfront Operations, Naval Surface Warfare Center, Carderock Division (NSWCCD)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, Carderock Division (NSWCCD), is seeking contractor support for Waterfront Operations at its Norfolk, Virginia facility. The procurement aims to secure services related to program management, operational oversight, maintenance, and repair of small watercraft, as well as compliance with safety regulations and logistical support. These services are critical for maintaining operational readiness and safety standards for military and governmental watercraft, ensuring effective service delivery in defense-related maritime activities. Interested small businesses are encouraged to respond to the Request for Information (RFI) by submitting their capabilities and experiences, with the anticipated contract award expected to be a cost-plus-fixed-fee (CPFF) indefinite delivery indefinite quantity (IDIQ) contract, projected to be solicited by June 2025. For further inquiries, interested parties may contact Caroline Lira at caroline.x.lira.civ@us.navy.mil or Mike Rossik at michael.e.rossik.civ@us.navy.mil.
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.
BOA Order; (Northrop Grumman) SIBS Dual Rack Shipset for ECDIS
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division (NSWCPD), intends to negotiate and award a Basic Ordering Agreement (BOA) Order to Northrop Grumman Systems Corporation for the procurement of SIBS Dual-Rack Shipset for ECDIS. This procurement is critical for fulfilling the Navy's requirements, as Northrop Grumman is identified as the only responsible source capable of meeting these specific needs. The award is planned for fiscal year 2025, and interested parties may express their interest and capability by submitting written responses to Nicholas Swanson via email by 5:00 PM (Eastern) on April 9, 2025. This opportunity is not open for competitive proposals, and the Government will consider all information received prior to the closing date.