D--Information System operational and technical services Sources Sought
ID: N0060418R4002Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PEARL HARBORPEARL HARBOR, HI, 96860-4549, USA

PSC

IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS (D)
Timeline
    Description

    Sources Sought DEPT OF DEFENSE (DEPT OF THE NAVY) is seeking a contractor to provide Information System (IS) operational and technical services for the Maritime Operations Center (MOC) and the Theater-Joint Force Maritime Component Commander (T-JFMCC) at the U.S. Pacific Fleet Headquarters (COMPACFLT or CPF), HI. The services will be provided in accordance with DoD security, governance, and technical policies within defined DoD approved networks and configurations. The base performance period is anticipated to be from May 1, 2018, to April 30, 2019, with three one-year option periods thereafter. This requirement is projected to be a competitive 8(a) set-aside. The NAICS code for this acquisition is 541519 - Other Computer Related Services and the Federal Supply Code/Product Service Code is D399 - IT and Telecom- other IT and Telecommunications. Interested parties should submit company information, business size, socioeconomic status, and a capabilities statement by January 3, 2017.

    Point(s) of Contact
    Jeen Chu 808-473-7564
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    D--AMENDMENT 0002 PRESOLICITATION SYNOPSIS - NCTAMS PACIFIC COMMUNICATIONS SYSTEMS OPERATIONS AND MAINTENANCE
    Buyer not available
    Presolicitation Synopsis - NCTAMS PACIFIC COMMUNICATIONS SYSTEMS OPERATIONS AND MAINTENANCE The Department of Defense, specifically the Department of the Navy, through the NAVSUP Fleet Logistics Center Pearl Harbor, is planning to issue a Request for Proposal (RFP) for the operation and maintenance (O and M) of Navy communication, electronic, and computer systems at Naval Computer and Telecommunications Area Master Station Pacific (NCTAMS PAC) in Oahu, Hawaii and Geraldton, Australia. The services being procured include the operation and maintenance of various systems such as the Fixed Submarine Broadcast System (FSBS), Global Broadcast Service (GBS), Global Command and Control System (GCCS), Information Technology (IT) Support, Regional Top Level Architecture (R-TLA), Host Based Security System (HBSS), Information Assurance (IA), Computer Network Defense (CND), Mobile User Objective System (MUOS), Information Management (IMS) IT Support, and Ballistic Missile Defense System (BMDS). The contract will provide support services in mission critical areas including Hawaii Communications Electronics, Equipment Calibration Services, GCCS IT Support, Host Based Security Systems, and Information Management IT Support. The anticipated clearances required for this contract are Secret in Hawaii sites and Top Secret in Australia sites. The contract duration will be a twelve-month base period with four one-year option periods. The procurement will be conducted on an unrestricted, full and open basis, utilizing FAR Part 15 (Contracting by Negotiations) procedures. The RFP is expected to be issued on or about September 30, 2017, with a closing date no less than 30 days after the issuance of the RFP. Interested firms must be registered in the System for Award Management (SAM) database and should monitor the Navy Electronic Commerce Online (NECO) and Federal Business Opportunities (FBO) websites for updates and amendments to the RFP. Questions regarding this procurement should be submitted in writing via email.
    UNITED STATES MARINE CORPS (USMC) PACIFIC POSTURE ENTERPRISE (PPE)
    Buyer not available
    The United States Marine Corps (USMC) is seeking qualified small businesses to provide Information/Knowledge/Records Management and Microsoft 365 Application Support, as well as Enterprise Program Management and Financial Management Analysis Support Services for the Pacific Posture Enterprise (PPE). The procurement aims to enhance operational support and compliance with international agreements in the Pacific region, focusing on technical, analytical, and financial program analysis services, including the management and development of the Enterprise Decision Support Tool (eDST) and the Command Library. This opportunity is part of the 8(a) Program, with a one-year base contract and four one-year options, and interested firms must submit an eight-page capability statement by March 27, 2025, to Carrie Yearian at carrie.e.yearian.civ@usmc.mil or Kristina Schneider at kristina.r.schneider.civ@usmc.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.
    The Online Project Information Center (TOPIC)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking sources for the Online Project Information Center (TOPIC), aimed at enhancing custom computer programming services. This procurement focuses on IT and telecom business application development support services, which are crucial for improving project management and operational efficiency within the Navy. Interested vendors should note that the place of performance will be in Quantico, Virginia, and are encouraged to reach out to Patricia Peterson at patricia.peterson.civ@usmc.mil or Mark R. Sanderson at mark.sanderson@usmc.mil for further inquiries regarding this sources sought notice.
    Joint Interoperability of Tactical Command and Control Systems (JINTACCS)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking qualified small businesses to provide engineering services for the Joint Interoperability of Tactical Command and Control Systems (JINTACCS) project at Camp Pendleton, California. The procurement aims to enhance interoperability analysis, standards development, and certification testing for Command, Control, Communications, Computers, and Intelligence (C4I) systems, which are critical for effective military operations. Interested contractors must adhere to a structured submission process, including the provision of various technical reports and compliance with Department of Defense directives, with proposals due by 12:00 PM PST on March 27, 2025. For further inquiries, potential bidders can contact Eric Russell at eric.russell@usmc.mil or Marlanea Kirkbride at marlanea.kirkbride@usmc.mil.
    R--7TH FLEET AREA OF OPERATIONS (AO) REGION 2 HUSBANDING SUPPORT SERVICES, MULTIPLE AWARD CONTRACTS (MAC) REQUIREMENT
    Buyer not available
    Presolicitation Department of Defense is seeking support services for the 7th Fleet Area of Operations (AO) Region 2. The services are intended for United States Ships (USS) and United States Naval Ships (USNS) visiting commercial and military ports in Region 2 countries. The procurement will be conducted through multiple-award indefinite-delivery, indefinite-quantity (IDIQ) contracts. The contracts will have an ordering/performance period of 18 months. The solicitation is expected to be issued around September 15, 2017, and will be available for download on the Asia Navy Electronic Business Opportunities (AsiaNECO) and Federal Business Opportunities (FEDBIZOPPS) websites. Offerors must be registered in the System for Award Management (SAM) database to be eligible for award. The point of contact for this requirement is Mr. James Sinclair.
    Development, Modernization, Acquisition, Deployment and Life Cycle Maintenance for the CG 47 Class Integrated Ship Control (ISC) System
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking sources for engineering and technical services related to the development, modernization, acquisition, deployment, and life cycle maintenance of the CG 47 Class Integrated Ship Control (ISC) System. This initiative encompasses critical components such as the Machinery Control System (MCS), Ship Control System (SCS), and Local Area Network (LAN) utilized by the U.S. Navy's Ticonderoga-class ships, with a focus on fleet engineering support, system design, maintenance, and cybersecurity upgrades. The procurement aims to enhance the operational integrity and performance of essential Navy systems, reflecting a commitment to safety and efficiency in naval operations. Interested parties are invited to submit white papers detailing their qualifications and capabilities by March 13, 2025, with inquiries directed to Francis J. Brady at francis.j.brady14.civ@us.navy.mil or William O'Tormey at william.j.otormey.civ@us.navy.mil.
    Seabed to Space Intelligence Surveillence Reconnaissance (S2ISR)
    Buyer not available
    The Department of Defense, through the Department of the Navy's NIWC Pacific, is seeking information from potential vendors regarding the Seabed to Space Intelligence Surveillance Reconnaissance (S2ISR) initiative. This Sources Sought notice aims to identify capabilities and solutions related to research and development in the field of intelligence surveillance and reconnaissance, which are critical for enhancing national security and operational effectiveness. Interested parties are encouraged to reach out to Contract Specialist Bryan Mansfield at bryan.mansfield@navy.mil or by phone at 619-553-1356 for further details and to express their interest in participating in this opportunity.
    N--INSTALLATION OF AUTOMATIC DATA PROCESSING EQUIPMENT
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking INSTALLATION OF AUTOMATIC DATA PROCESSING EQUIPMENT. This service is typically used for installing and setting up computer equipment for data processing purposes. The acquisition will be negotiated on a 100% SMALL BUSINESS SET-ASIDE basis. The service will be fulfilled at U.S. Naval SRF YOKOSUKA, Japan and U.S. Naval SRF SASEBO, Japan. The solicitation will be posted on the NECO website on or about 22 JULY 2016 with proposals due by 01 AUGUST 2016. A Firm-Fixed Price, Service type contract will be awarded. Interested parties are responsible for downloading the solicitation from the NECO website. Electronic submission of proposals/quotes is not available at this time.
    Development, Modernization, Acquisition, Deployment and Life Cycle Maintenance for the LCS Classes Machinery Control Consolidated Maintenance System (MCCMS)
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking sources for the development, modernization, acquisition, deployment, and life cycle maintenance of the Machinery Control Consolidated Maintenance System (MCCMS) for Littoral Combat Ship (LCS) classes. This initiative aims to establish a unified system for monitoring and maintaining various machinery systems aboard LCS variants, thereby reducing reliance on original equipment manufacturers and associated costs. The MCCMS is critical for enhancing the operational efficiency and readiness of U.S. Navy vessels, particularly in managing Hull, Mechanical, and Electrical control systems. Interested parties must submit white papers detailing their capabilities by March 13, 2025, and can contact Francis J. Brady at francis.j.brady14.civ@us.navy.mil or 267-990-6185 for further information. This notice serves as a market research tool and does not constitute a commitment to contract.