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
    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
    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.
    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
    Similar Opportunities
    Strategic & Congressional Support services-USFFC
    Buyer not available
    The Department of Defense, through the U.S. Fleet Forces Command (USFFC), is seeking qualified contractors to provide strategic and congressional support services under a non-personal services contract. The primary objectives include delivering analytical services that enhance fleet readiness, focusing on strategic planning, risk analysis, and congressional engagement communications. This procurement is critical for ensuring effective communication and operational readiness within the U.S. Navy, particularly in interactions with Congress. Interested parties must submit their Statements of Capabilities by March 10, 2025, with a six-page limit on submissions, and can direct inquiries to John Hill at john.c.hill36.civ@us.navy.mil.
    Integrated Voice Services, Hampton Roads, VA
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking sources for integrated voice services at various defense locations in Virginia, specifically Naval Station Norfolk and Joint Expeditionary Base Little Creek/Fort Story. The procurement aims to provide approximately 22,172 lines of integrated telephone and data communications services, ensuring compliance with military specifications and safety standards over a five-year contract period from August 1, 2025, to July 31, 2030. These services are critical for maintaining the Navy's communication infrastructure and ensuring interoperability within the Department of Defense. Interested companies must submit their capability statements and relevant information by 3:30 PM on March 11, 2025, to James Keegan at james.p.keegan7.civ@us.navy.mil, as this notice serves solely for market research purposes and no contract will be awarded from it.
    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.
    New Requirement: J-3/5/7 Operations & Strategic Support
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking small businesses to provide J-3/5/7 Operations and Strategic Support services. The primary objective of this procurement is to supply experienced personnel who can assist with operational planning and strategic initiatives, particularly in the context of military capabilities in cyberspace operations. This contract, which is anticipated to span from June 2025 to May 2030, emphasizes the need for subject matter experts in operational planning and cyber operations, with a focus on compliance with security requirements and accessibility standards. Interested parties must respond to the Sources Sought Notice by March 19, 2025, and can contact Olivia Koch or Ivany Ortiz 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.
    February 2025 NSWCPD Multiple Award Contract Task Order Forecast
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is forecasting multiple award contract task orders for various U.S. Navy projects scheduled for February 2025. These projects will involve installation and maintenance work primarily under the Big Blue MAC and D40 Equipment Services MAC contracts, focusing on upgrading critical naval equipment systems such as Voyage Data Recorders, Integrated Bridge Systems, and Engine Repairs. The anticipated contract values for these projects range from under $2 million to $50 million, reflecting the Navy's ongoing commitment to enhancing operational capabilities. Interested contractors should prepare for upcoming Requests for Proposals (RFPs) and note that specific project details, including contact information and timelines, are outlined in the associated documentation.
    NAVSUP Strategic Transformation
    Buyer not available
    Presolicitation DEPT OF DEFENSE NAVSUP Strategic Transformation: The Department of Defense, specifically the Department of the Navy, is seeking strategic contractor services to assist with transformation efforts. This multiple award, firm fixed price contract will support non-personal services that address challenges affecting NAVSUP and the Department of the Navy. The contract will focus on major engagement areas such as cross command supply chain reform, logistics response time reduction, supply chain and logistics technology, and enterprise transformations. The contract will be for a five-year ordering period and will require a Small Business Subcontracting Plan. Interested contractors can download the complete Request for Proposal (RFP) package from the beta.SAM website starting on or around March 15, 2021.
    U--DMSS-N training for NAVIFOR
    Buyer not available
    Presolicitation notice from the Department of Defense, Department of the Navy, NAVSUP Fleet Logistics Center Norfolk, for DMSS-N training for Naval Information Forces (NAVIFOR). The training is intended to be conducted under a Firm Fixed Price contract using the procedures of FAR part 13. The requirement is brand-specific and will be solicited with Other Than Full and Open Competition. The resulting contract will be for a one-year period, starting on September 20, 2019, and ending on September 19, 2020. The NAICS code for this acquisition is 611420 with a size standard of $12 million. The complete RFP package will be available for download on or about September 5, 2019, on the NECO Website. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact the POC identified in the synopsis.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR FACILITIES MANAGEMENT AND SUSTAINMENT SUPPORT PREDOMINANTLY IN THE NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND ATLANTIC AREA OF OPERATIONS, BUT ALSO WORLDWIDE.
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Atlantic (NAVFACSYSCOM ATLANTIC), is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on facilities management and sustainment support. The contract, estimated at $90 million over a five-year period, will involve tasks such as facility assessments, engineering studies, and maintenance planning to support the Navy’s Sustainment, Restoration, and Modernization (SRM) Program. This procurement is crucial for enhancing infrastructure management capabilities within the NAVFAC Atlantic area and beyond, promoting competition among firms while ensuring small business participation through a detailed subcontracting plan. Interested parties must submit their qualifications electronically by March 27, 2025, and can direct inquiries to Star Hanchey at star.m.hanchey.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil.
    Fiber Optic Hardware
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for the procurement of fiber optic supply kits and associated tools. The solicitation, identified by number N0017825Q6717, outlines the need for various items including tool kits, cleaning swabs, fiber optic cables, and connectors, all intended to enhance the Navy's operational capabilities. This procurement is crucial for maintaining and upgrading fiber optic systems, which are vital for effective communication and data transfer within military operations. Proposals are due by 12:00 PM on March 11, 2025, and interested parties can contact James Embrey at james.d.embrey3.civ@us.navy.mil or by phone at 540-498-5241 for further information.