J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
ID: N0018926R0001Type: Solicitation
Overview

Buyer

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

NAICS

Engineering Services (541330)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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). This procurement aims to secure contractor support services for engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F). The services are critical for ensuring the operational readiness and security of Navy and non-Navy installations across the continental United States and overseas, with performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested contractors must submit their proposals by January 13, 2026, and ensure compliance with security clearance requirements, as well as registration in the SAM database. For further inquiries, contact Ethan Othersen at ethan.t.othersen.civ@us.navy.mil or Elizabeth Phelps at elizabeth.a.phelps1@navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This government Request for Proposal (RFP) N0018926R0001, issued on December 2, 2025, outlines requirements for Contractor Engineering and Technical Services in support of Fleet Cyber Command/Commander, U.S. 10th Fleet (FCC/C10F) Shore Equipment Installation and Maintenance Management Program (SEIMMP) III. The program provides worldwide technical direction and labor for engineering, installation, and maintenance of electronic systems and equipment, including secure communication networks, electronic security systems, and minor construction. Key tasks include program management, site surveys, preparation of design plans (BESEP and IDP), equipment installation and de-installation, maintenance (preventative and corrective), Station Master Drawing Set (SMDS) updates, quick response capability, systems integration, and training. The contractor must provide personnel with Top Secret/Sensitive Compartmented Information (TS/SCI) clearance and specific experience in electronic engineering/security and IT installation. Deliverables include various design reports, as-built documentation, progress reports, test and acceptance plans, and inventory reports. Performance will primarily occur at government facilities in Fort Meade, MD, Chesapeake, VA, and Oahu, HI, with travel to CONUS and OCONUS sites. The offer due date is January 6, 2026.
    This government file, Attachment I – Pricing Spreadsheet (N0018926R0001), outlines labor categories, associated hours, and specific itemized materials and software for a multi-year project, including a 6-month extension. The labor section details various roles such as Program Manager, Project Manager, Engineering Technicians (Levels VI, V, IV, III), Drafter/CAD Operators (Levels IV, III), Warehouse Specialist, Network Engineer, System Administrator, and System Engineers (Information Technology and Physical Security), many with LENEL certifications. All personnel require TOP SECRET/SCI clearance and are assigned to Fort Meade, MD, Chesapeake, VA, or Oahu, HI, with consistent annual hours of 1920, reducing to 960 for the extension. The materials and software section lists quantities for networking infrastructure (fiber, connectors, cable, switches), Lenel security system components (servers, client PCs, NVRs, ICMs, OCMs, SRIMs, keypads), various IP cameras, displays, access control hardware (readers, locksets, switches), and a comprehensive suite of Lenel software licenses and support options, along with database and operating system software. The document serves as a pricing framework for services and equipment across a base year and four ordering years, plus an extension.
    The "PAST PERFORMANCE INFORMATION FORM" is a standardized document used in government procurement, likely for federal, state, or local RFPs, grants, or contracts. Its purpose is to collect detailed information about an offeror's past contract performance. The form requires offerors to provide specifics such as contract number, customer contact information, total dollar value (annual increments and actual orders for ordering vehicles), period of performance (minimum one year completed), average number of personnel, and a detailed description of the work performed, emphasizing its relevance to the current solicitation's scope and magnitude. Additionally, it requests information on any subcontractors utilized, including their work description and annual dollar value. This form is critical for evaluating an offeror's experience and capability to successfully perform the work outlined in a new government solicitation.
    The Past Performance Report Form, Solicitation N0018926R0001, is issued by Fleet Logistics Center Norfolk (FLCN) to evaluate a contractor's past performance for potential contract awards. This form, to be completed by a referring agency/company, assesses the contractor's ability to successfully accomplish work based on previous efforts. It covers various quality aspects, including recruiting and retention of skilled personnel, adherence to contract requirements, timeliness of deliverables, and responsiveness to concerns and problems. The questionnaire also probes into cost control, overall strengths and weaknesses, customer satisfaction, and whether the evaluating entity would rehire the contractor. The information gathered is critical for the U.S. Naval Supply System (NAVSUP) in making informed source selection decisions.
    The Department of Defense's DD Form 254 and its SCI Addendum outline stringent security requirements for contractors handling classified and Sensitive Compartmented Information (SCI). The unclassified document specifies a Top Secret facility security clearance, with no safeguarding required at the contractor facility, and identifies the contract as a follow-on to NOO189-21-D-0008. Key requirements for SCI access include strict adherence to special security procedures, originator approval for information release, and restricted access to authorized personnel with a valid need-to-know. The addendum details that SCI will not be released to foreign nationals without explicit permission and emphasizes accountability for all intelligence materials. Reproduction of SCI is prohibited without originator approval, and all SCI remains U.S. Government property, requiring return or destruction upon contract completion. Contractors must store SCI in accredited facilities and ensure electronic processing complies with DoDM 5105.21 and ICD 503. Furthermore, all DoN Contractors with SCI access to JWICS, NSANET, or SIPRNet must be briefed into NATO Secret Information. The U.S. Fleet Cyber Command SSO Peggy Dehart is the primary contact for SCI security management issues.
    This document is a Wage Determination under the Service Contract Act, outlining minimum wage rates and fringe benefits for various occupations in specific North Carolina and Virginia counties. It includes detailed pay rates for administrative, automotive, food service, health, IT, and other sectors. Key provisions cover health & welfare, paid vacation, and eleven annual holidays. It also addresses exemptions for computer professionals, night and Sunday pay for air traffic controllers and weather observers, and hazardous pay differentials. Uniform allowance guidelines are provided, and a conformance process for unlisted job classifications is detailed, ensuring fair compensation and compliance with federal labor regulations.
    This document is a U.S. Department of Labor Wage Determination for Service Contract Act (SCA) covered contracts in specific Maryland counties (Anne Arundel, Baltimore, Baltimore City, Carroll, Harford, Howard, Queen Anne's). It lists minimum hourly wage rates for various occupations, including administrative, automotive, food service, health, IT, and maintenance roles. The determination also details fringe benefits such as health and welfare, vacation, and holidays. Additionally, it outlines special pay provisions like night and Sunday differentials for certain occupations, hazardous pay differentials for work with ordnance, and uniform allowances. The document includes guidelines for the conformance process, which allows contractors to propose wage rates for unlisted occupations, ensuring fair compensation and compliance with SCA regulations.
    This document is a Register of Wage Determinations under the Service Contract Act, outlining wage rates and fringe benefits for various occupations in American Samoa, Hawaii, and Johnston Island, effective from December 3, 2025. It details hourly rates for administrative, automotive, food service, health, IT, and maintenance roles. Key benefits include health and welfare provisions, paid vacation (2-4 weeks based on service), and eleven paid holidays annually. The document also addresses specific conditions for computer employees and air traffic controllers, outlining night and Sunday pay differentials. Furthermore, it specifies hazardous pay differentials for work with ordnance and uniform allowance requirements. The conformance process for unlisted occupations is detailed, emphasizing the use of SF-1444 and adherence to the Service Contract Act Directory of Occupations. The document also highlights Executive Orders 13706 and 13658, which mandate paid sick leave and a minimum wage of $13.30 per hour for federal contractors.
    This government file addresses 66 questions and responses related to RFP N0018926R0001, covering various aspects of a federal contract. Key clarifications include an extension to the proposal due date until January 13, 2026, and confirmation that the majority of maintenance tasks will be performed on LENEL systems. The government defined "minor construction" as non-complex services valued under $35K. It was clarified that offerors can propose their own configuration management tools, and the government will provide NIPR site portals as the official document repository. The government will also provide NMCI NIPR computers and necessary software. All personnel listed in PWS Section 12.1.2 require a TS clearance with SCI-eligibility and a Counter Intelligence Polygraph, with a vetting process taking a minimum of 30 days. The government will not incorporate economic price adjustment clauses into the contract, despite concerns about material cost volatility over the five-year period. Past performance submissions must be unclassified, and CPARS are not a substitute for Past Performance Report Forms.
    This government solicitation amendment, N0018926R0001 0001, extends the proposal submission deadline to January 13, 2026, and modifies several key aspects of the original Request for Proposal (RFP). The scope of work for CLIN 0003, Other Direct Costs (ODC), now explicitly includes supplies/materials and subcontracted labor. The amendment also incorporates three new Wage Determinations and a Q&A Response Spreadsheet as attachments. Revisions to the Performance Work Statement (PWS) clarify the distinction between Program Manager (PM) and Project Manager (PJM) roles, update document references, and correct experience requirements. Additionally, updates to the FAR 52.212-1 Addendum address proposal submission contacts, page limits for certifications in resumes, past performance submission criteria, and travel estimates for pricing. The document details comprehensive requirements for engineering, installation, maintenance, and security services for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) III, supporting Fleet Cyber Command/Commander, U.S. 10th Fleet (FCC/C10F).
    Similar Opportunities
    Surface/Carrier Engineering Maintenance Assist Team (S/CEMAT)
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to solicit an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for the Surface/Carrier Engineering Maintenance Assist Team (S/CEMAT) to provide professional systems and equipment maintenance support for U.S. Navy Aircraft Carriers and Surface Ships. The contractor will be responsible for delivering engineering and technical support, including repairs and maintenance training for Ship’s Force equipment operators and maintenance technicians, with work expected to occur on naval vessels globally, including major locations such as Norfolk, VA, and Yokosuka, Japan. This contract, which will utilize Cost Plus Fixed Fee (CPFF) Level of Effort (LOE) Contract Line Item Numbers (CLINs), is anticipated to be awarded in January 2026, with a five-year ordering period, and interested vendors are encouraged to submit a DD Form 2345 to receive further information. For inquiries, vendors may contact Sakeena Siddiqi at sakeena.siddiqi@navy.mil or Tyler Pacak at tyler.pacak@navy.mil.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAVSEA HQ, is seeking to award a sole source contract for the New England Maintenance Manpower Initiative (NEMMI) related to non-nuclear submarine services. This procurement aims to provide essential maintenance support for combat ships and landing vessels, ensuring operational readiness and efficiency within the naval fleet. The justification for this contract, identified as N00024-23-C-4300, is documented in the attached approval file, emphasizing the critical nature of these services. Interested parties can reach out to Thomas Kohler at thomas.j.kohler11.civ@us.navy.mil or 202-789-4067, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    SERVMART walk-in store
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for an Indefinite Quantity/Indefinite Delivery contract to operate the Norfolk Super SERVMART, a retail store and logistics service for U.S. Naval activities in the Virginia Hampton Roads area. The contractor will be responsible for providing a wide range of supplies, including office, janitorial, and tactical equipment, while ensuring high availability rates and compliance with federal regulations such as the Buy American Act and Trade Agreements Act. This procurement is critical for maintaining operational efficiency and cost-effectiveness for naval units, with a proposal submission deadline set for January 7, 2026, at 1:00 PM EDT. Interested vendors can direct inquiries to Contract Specialist John Hill at john.c.hill36.civ@us.navy.mil or Contracting Officer Samantha Miller at samantha.a.miller77.civ@us.navy.mil.
    SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to issue a competitive solicitation for the Surface Electronic Warfare Improvement Program (SEWIP) AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration. This procurement aims to support the design, development, fabrication, integration, and maintenance of the AN/SLQ-32(V) systems and subsystems, which are critical for early detection, signal analysis, and protection against anti-ship missiles. The anticipated contract will be structured as an Indefinite Delivery Indefinite Quantity-Multiple Award Contract (IDIQ-MAC) with a base period of approximately five years, potentially extending for an additional five years. Interested parties should monitor SAM.gov for the release of the Request for Proposal (RFP) expected in January 2026 and may contact Ryan Brophy or Peter Brown for further inquiries regarding the pre-solicitation artifacts and requirements.
    Aircraft Carrier Readiness Support
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking contractors for the Aircraft Carrier Readiness Support contract, aimed at enhancing the operational readiness of U.S. Navy aircraft carriers. This procurement involves providing professional engineering assistance, including technical expertise, logistics coordination, and quality assurance, to support the maintenance and modernization of the USS Nimitz (CVN 68) and USS Gerald R. Ford (CVN 78) class carriers. The contract is crucial for ensuring that these vessels are mission-capable and ready for deployment, aligning with the Navy's operational requirements. Interested parties should note that the solicitation is expected to be available around February 1, 2026, with a total contract period anticipated from August 1, 2026, to July 30, 2031. For inquiries, contact Jill Joscelyn at jill.h.joscelyn-smith.civ@us.navy.mil or call 757-443-1219.
    Request for Information (RFI) / Sources Sought: Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center, is seeking information from industry regarding the Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support. This procurement aims to provide eligible foreign customers with access to a comprehensive range of U.S. Security Cooperation solutions, including sustainment material, systems upgrades, technical support, and maintenance services for naval vessels and related infrastructure. The contract will cover various support areas such as program management, engineering, and OCONUS maintenance, with a focus on specific regions including Egypt, Iraq, and the Philippines. Interested parties must submit their notice of interest by 12 PM PDT on January 25, 2026, to the designated contacts, Jason Gavinski and Karen Smith, with further details available in the draft statement of work and associated documents.
    ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services contract. This procurement aims to provide comprehensive maintenance and logistical support for aircraft launching, landing, and ground handling equipment, including modernization, repair, and parts manufacturing, as outlined in NAVAIR Instruction. The contract is a total 8(a) small business set aside, with an anticipated performance period from January 2027 to January 2032, featuring five one-year ordering periods and a six-month option to extend services. Interested parties must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with questions due by January 5, 2025, and a mandatory site visit scheduled for January 16, 2025, for eligible 8(a) offerors. For further inquiries, contact Ndidiamaka Umeh at ndidiamaka.umeh@navy.mil or Kurt Dronenburg at kurt.j.dronenburg.civ@us.navy.mil.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    Request for Proposals for Modeling, Simulation, Engineering, Analysis, and Tactics (MSEAT)
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is soliciting proposals for Modeling, Simulation, Engineering, Analysis, and Tactics (MSEAT) under the Seaport NxG Multiple Award Contract (MAC). This opportunity is exclusively available to holders of the Seaport MAC and aims to enhance capabilities in engineering services, particularly in the areas of modeling and simulation. The selected contractor will be responsible for providing professional engineering and technical support services critical to the Navy's operational effectiveness. Interested parties must submit their proposals via the PIEE Solicitation Module, and for further inquiries, they can contact Timothy George at timothy.s.george2.civ@us.navy.mil or by phone at 850-771-8593.