TECHNICAL AND PROGRAM SUPPORT
ID: N0018925R0003Type: Solicitation
Overview

Buyer

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

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

IT AND TELECOM - IT MANAGEMENT SUPPORT SERVICES (LABOR) (DF01)
Timeline
    Description

    The Department of Defense, specifically the Naval Supply Systems Command, is soliciting proposals for technical and program support services under the RFP N0018925R0003, with a focus on enhancing operational efficiency and compliance within the Naval Information Forces (NAVIFOR). The procurement requires contractors to provide a range of services, including advisory support, while adhering to stringent security protocols and performance metrics, as outlined in the Performance Work Statement (PWS). This opportunity is critical for maintaining the integrity of sensitive data and ensuring effective resource management in government operations. Proposals are due by January 28, 2025, and interested parties should direct inquiries to William Spencer at william.p.spencer.civ@us.navy.mil or by phone at 757-206-2974.

    Point(s) of Contact
    Kristen Dunlow; Benjamin Fisher - benjamin.d.fisher8.civ@us.navy.mil
    (757) 718-2331
    kristen.m.dunlow.civ@us.navy.mil
    Files
    Title
    Posted
    The document presents a pricing spreadsheet for a government Request for Proposal (RFP) related to NAVIFOR NNE4. It details various labor categories required for the project, specifying the necessary security clearances (TS/SCI and Secret) for each position, alongside the hourly rates and total estimated costs. The spreadsheet includes roles such as Program Manager, Project Manager, Operations Analyst, Network Engineer, IT Management Consultant, and Data Analyst, among others. Each position is associated with a defined quantity, summing up to a total of 58 labor hours and an estimated cost of $110,896. The purpose of the document is to provide prospective vendors with a breakdown of anticipated labor costs and requirements for the execution of the contract, enabling better planning and budgeting. It also demonstrates compliance with federal contracting regulations by ensuring that the necessary personnel meet security and expertise standards. The meticulous structure and comprehensive details aim to facilitate informed decision-making during the source selection process for government contracting.
    The document outlines a pricing spreadsheet for a government Request for Proposal (RFP) pertaining to labor categories under NAVIFOR NNE4, showcasing various roles and their associated hourly rates, required clearances, and total manpower costs over a proposed five-year span. Key positions range from Program Managers and Cybersecurity Specialists to Data Scientists and IT Management Consultants, indicating a high demand for specialized personnel often requiring Top Secret/Sensitive Compartmented Information (TS/SCI) clearance, reflected in the provided hourly rates. The total estimated labor cost amounts to $110,896.00, with annual figures for years one through four projected between approximately $150,738 and $185,078, inclusive of general and administrative expenses. The overall document emphasizes the project's focus on robust IT service and management support, illustrating the emphasis on cybersecurity and IT infrastructure enhancements. This RFP is positioned to meet federal and state requirements for specialized technical services, crucial for maintaining security and operational efficiency within government operations. The comprehensive cost analysis also includes travel and insurance expenses, highlighting the broader financial implications of staffing and project execution.
    The document serves as a Wage Determination under the Service Contract Act by the U.S. Department of Labor. It outlines applicable minimum wage rates mandated by Executive Orders 14026 and 13658, which require contractors to pay covered workers at least $17.20 or $12.90 per hour depending on the contract's date and terms. The determination lists wage rates for various occupations—ranging from administrative roles to technical positions—specific to contractors operating in North Carolina and Virginia. Additional benefits include health and welfare provisions, vacation time, and holiday allowances. The document details the conformance process for unlisted job classifications, requiring compliance with federal standards regarding worker pay and benefits. It emphasizes the need for contractors to adhere to both wage and occupational regulations and includes a stipulation that paid sick leave must be provided under EO 13706 for qualifying contracts. This structure underscores the commitment to fair labor practices, ensuring that workers are compensated fairly while supporting compliance in federal contracts.
    The document is a Wage Determination under the Service Contract Act, outlining the minimum wage and fringe benefits for various occupations in specified areas of North Carolina and Virginia, specifically regarding government contracts. It provides wage rates based on Executive Orders 14026 and 13658, with stipulations for contracts awarded on or after January 30, 2022, requiring at least $17.75 per hour or the applicable wage rate for covered workers. The document details specific occupations, hourly wage rates, and benefits, including health and welfare contributions and vacation policies. It emphasizes the requirement for contractors to adhere to wage standards based on classifications listed, along with obligations for paid sick leave per Executive Order 13706. A conformance process is established for any unlisted job classifications that could arise during contract performance, requiring contractor submission of proposed classifications for approval by the Wage and Hour Division. This document serves as a critical resource for contractors engaged in federal contracts, ensuring compliance with wage regulations while promoting fair labor standards and worker protections in alignment with federal mandates.
    The document is an unclassified DD Form 254, a standard form used by the Department of Defense to outline the security classification specifications for contracts involving classified information. It specifies the security clearance and safeguarding measures required for the contractor’s facility performing advisory services for the Naval Information Forces (NAVIFOR). The contractor will access proprietary information from other companies and must adhere to stringent internal controls and non-disclosure agreements. The majority of the work will occur on-site at NAVIFOR facilities, where classified information is not anticipated to be retained by the contractor. Additionally, the document outlines various security requirements, the necessity for contractor employees to receive specific security training, and emphasizes that no information related to the contract may be publicly released without appropriate clearance. It also designates the contracting office and points of contact for security issues related to this contract aimed at filling knowledge gaps in policy generation and advisory services within NAVIFOR.
    The document is currently inaccessible due to incompatibility with the PDF viewer, which could not display its contents. Therefore, there are no specific topics, key ideas, or details to summarize. The purpose of government files related to RFPs (Requests for Proposals), federal grants, and state/local RFPs usually revolves around soliciting bids for public contracts, funding projects, or supporting local initiatives. They typically outline funding availability, eligibility criteria, application procedures, and expectations for deliverables. However, without content access, a comprehensive summary cannot be provided. For accurate analysis and details, the document should be viewed in an appropriate PDF viewer. Optimal outcomes necessitate ensuring compatibility with modern software to access crucial information efficiently.
    The document is a Past Performance Information Form used in federal and state/local Requests for Proposals (RFPs) and grants. Its main purpose is to collect detailed information regarding an offeror's previous contracts to assess their qualifications for future work. Key sections include the name and contact details of the offeror and the customer, a breakdown of financials by year, the average number of full-time equivalents (FTEs) involved, the duration of the contract, and a comprehensive description of the work completed. It also requires information on any subcontractors used, their roles, and associated financial details. This form ensures that potential bidders can demonstrate their experience and relevance to the scope of the solicitation, which is critical in the evaluation process for securing government contracts. Overall, this standardized information collection facilitates the assessment of offeror capabilities and past performance, crucial for informed decision-making in government contracting.
    The Past Performance Report Form is a document required by the U.S. Naval Supply System (NAVSUP) Fleet Logistics Center Norfolk (FLCN) to evaluate a contractor's past performance on previous contracts. This evaluation is crucial for determining the contractor's likelihood of successfully completing future work for the government. The form seeks detailed information about the contractor's quality of work, adherence to schedules, responsiveness to customer concerns, and overall cost control. Included in the questionnaire are specific inquiries about customer satisfaction, instances of rework, on-time delivery, and effectiveness in resolving issues. Contractors are also prompted to assess additional strengths and weaknesses, express satisfaction with past contract awards, and provide information on similar contracted efforts. The structure of the document ensures comprehensive feedback from relevant parties, emphasizing the significance of past performance in federal procurement processes. The submission deadline is set for January 15, 2025, and it must be returned to designated Navy officials. This report is a vital part of the government’s RFP process, ensuring accountability and quality in contracting.
    The Contractor Discrepancy Report serves as an official communication tool between government facilities and contractors to address discrepancies in contractual obligations. The document outlines the identification of a discrepancy, prompting a response from the contractor detailing the cause and corrective measures taken. It includes structured sections for the contractor's response and a government representative's comments on that response, facilitating accountability and resolution. Signatures from the Contracting Officer Representative (COR) and the contracting officer are required to ensure proper documentation and oversight. This report is essential for maintaining compliance with government standards, emphasizing transparency and corrective actions to uphold the integrity of federal contracts and grants. The mechanism is pivotal in ensuring contractors meet their obligations as stipulated in Requests for Proposals (RFPs), thereby supporting the overall efficacy of government-funded projects.
    The document outlines Request for Proposal (RFP) N0018925R0003 issued by NAVSUP FLC Norfolk for a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract soliciting technical and program support labor. The proposals are due by 10:00 AM on January 15, 2025. This solicitation invites small business participation and emphasizes performance work statements (PWS) detailing specific labor and travel costs, with a ceiling of $90 million for the contract. Proposals are to be submitted in three volumes: a non-price proposal covering factors such as facility clearance and technical approach, a price proposal, and a small business subcontracting plan (for large businesses). The evaluation hinges on the non-price proposal's acceptability, focusing on technical competence and past performance. The selection process allows for award without discussions and prioritizes technical submissions over price considerations. The ultimate goal is to ensure compliance with federal acquisition regulations while fostering small business involvement in supporting government contracts, particularly in technical service provision, adhering to established security clearances and project management standards.
    The document outlines a Request for Proposal (RFP) from the Naval Supply Systems Command for technical and program support services. The RFP, identified as N0018925R0003, includes communication details and proposal submission deadlines, with offers due by January 28, 2025. It provides responses to industry questions regarding contract details, including incumbent contract number N0018920D0012 awarded to Booz Allen Hamilton, which has a maximum ceiling of approximately $92.9 million. Changes in the solicitation include expanded project scopes, revised insurance clauses, and updated certification requirements. Proposals must address specifics in the Performance Work Statement (PWS) that include various technical areas and personnel qualifications, with a minimum security clearance requirement of Secret. The amendment extends the proposal due date and clarifies submission requirements, which stipulate a total of 12 pages for past performance documentation. The contract structure will be a firm-fixed-price model, covering a base period from August 3, 2025, to August 2, 2030, with options for additional services. Overall, the RFP underscores the U.S. government's commitment to leveraging small businesses while ensuring compliance with a myriad of contractual and operational standards.
    The document details the Request for Proposal (RFP) N0018925R0003 issued by the Naval Information Forces (NAVIFOR) for technical and program support services. The RFP outlines key dates, including a due date for offers on January 28, 2025, and mentions the existing contract with Booz Allen Hamilton, detailing its period of performance and budget. The document incorporates amendments addressing potential conflicts of interest, clarification questions from potential offerors, and adjustments to the Performance Work Statement (PWS). The government emphasizes the importance of safeguarding sensitive data and proprietary information, mandating compliance with cleared personnel procedures. The RFP specifies numerous labor categories, certification requirements, and various deliverables, such as travel and insurance costs. It highlights the requirement for a Qualified Performance Metric System and mandates maintenance and reporting protocols for performance monitoring. Additionally, the document provides detailed guidelines on subcontractor participation and the structure of proposals, offering transparency into the evaluation process. Overall, this RFP represents a significant solicitation for business opportunities, underscoring the government’s focus on compliance, performance measurement, and efficient resource management in the realm of technical support services.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    PMS-390 Industry Day Questions
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is hosting an opportunity for contractors to engage in the Dry Deck Shelter Maintenance Program and Submarine Rescue Operations and Maintenance contracts. The procurement aims to clarify expectations and timelines for these sophisticated naval operations, with a Request for Proposal (RFP) anticipated in Q4 2024 and contract execution expected in Q3 2026. This initiative is crucial for maintaining operational readiness and ensuring the effectiveness of submarine rescue capabilities. Interested parties can reach out to William Martin at william.r.martin7@navy.mil or 202-781-2497, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    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.
    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.
    Virtual IWRP Quarterly Industry Day 03/13/2025 (Now Virtual)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NIWC Atlantic, is hosting a Virtual Industry Day on March 13, 2025, to gather information and insights from industry participants regarding research and development opportunities. This Sources Sought notice aims to identify potential vendors who can contribute to the ongoing initiatives and projects within the Navy's scope of operations. Engaging with industry partners is crucial for fostering innovation and enhancing the capabilities of the Navy's research and development efforts. Interested parties are encouraged to reach out to Contract Specialist Giancarlo Dumenigo at giancarlo.dumenigo.civ@us.navy.mil or by phone at 843-218-2375 for further details and participation instructions.
    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.
    Final RFP for the internal Contractor Support Services Contract at NAWCTSD
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is soliciting proposals for the internal Contractor Support Services Contract. This procurement aims to secure engineering services that support various training systems and operations within the Navy. The services are critical for maintaining and enhancing the effectiveness of training programs, ensuring that personnel are adequately prepared for their roles. Interested parties, particularly those certified as Women-Owned Small Businesses (WOSB), are encouraged to reach out to Michael Yucht at michael.d.yucht.civ@us.navy.mil or by phone at 407-380-4894, or Caitlyn Ersek at caitlyn.e.ersek.civ@us.navy.mil or 407-380-8050 for further details regarding the solicitation process.
    Fleet and Family Support (FFSP) Global Staffing
    Buyer not available
    The Department of Defense, through the Commander Navy Installations Command, is soliciting proposals for the Fleet and Family Support (FFSP) Global Staffing contract, aimed at providing comprehensive support services for military personnel and their families. This Firm-Fixed-Price contract will cover a base year and four option years, focusing on global staffing, remote service delivery, and on-site support, including counseling, education, and crisis intervention, to enhance the well-being and readiness of active duty personnel, retirees, and their eligible dependents. The procurement is critical for ensuring effective implementation of Morale, Welfare, and Recreation (MWR) programs, which play a vital role in supporting military families. Interested parties must acknowledge receipt of the amendment to the solicitation by April 11, 2025, at 1500 Central Standard Time, and can contact Christopher Tullos at christopher.l.tullos.naf@us.navy.mil or Troy Milburn at troy.l.milburn3.naf@us.navy.mil for further information.
    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.
    Unmanned Hyperbaric Systems Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for Unmanned Hyperbaric Systems Support Services through a firm-fixed price, multiple-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The procurement aims to secure comprehensive support services that are critical for the maintenance and operation of unmanned hyperbaric systems, which play a vital role in various defense operations. Interested offerors must adhere to specific submission requirements, focusing on evaluation factors such as Technical Capability, Key Personnel, Safety, Small Business Utilization, Past Performance, and Price, with proposals due by March 24, 2025. For further inquiries, potential bidders can contact Matthew Duong at matthew.h.duong.civ@us.navy.mil or Anthony Gonzales at anthony.j.gonzales104.civ@us.navy.mil.
    ENTERPRISE LEVEL LOGISTICS AND ENGINEERING TECHNICAL SUPPORT SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking qualified contractors to provide enterprise-level logistics and engineering technical support services. The primary objective of this procurement is to enhance flight-line readiness within the Naval Aviation Enterprise through comprehensive maintenance, repair, and overhaul (MRO) capabilities across various Fleet Readiness Centers located in the U.S. and Japan. This initiative is crucial for sustaining naval aviation operations, ensuring high operational standards, and compliance with Department of Defense requirements. Interested small businesses are encouraged to respond to this Sources Sought notice, with a total contract value anticipated to be around $474 million, and the RFP is expected to be released in early 2025. For further inquiries, interested parties may contact Sarah Metcalf at sarah.e.metcalf2.civ@us.navy.mil or Beverly Rhamdeow at beverley.s.rhamdeow.civ@us.navy.mil.