J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
ID: N0018926R0001Type: Presolicitation
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) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.

    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.
    Similar Opportunities
    Civilian Mariner Wireless Network (CivMar WiN) Installation and Sustainment Follow-on Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the Civilian Mariner Wireless Network (CivMar WiN) Installation and Sustainment Follow-on Contract, with operations based in Norfolk, Virginia. This procurement aims to extend the Request for Information (RFI) cutoff date for Notice ID N32205-26-SSN-CivMarWiN, allowing for additional input and engagement from interested parties. The CivMar WiN is crucial for enhancing communication and operational efficiency within the civilian mariner community, ensuring reliable network services. Interested vendors should note that the new RFI cutoff date is December 11, 2025, and can reach out to George Wiggins at george.w.wiggins2.civ@us.navy.mil or Dawn M. Brown at dawn.m.brown185.civ@us.navy.mil for further inquiries.
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Buyer not available
    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.
    Installation Fiber Optics Networking Support Services
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center (NAWCWD), is seeking qualified contractors to provide Installation Fiber Optics Networking Support Services. This procurement aims to secure Subject Matter Experts (SMEs) who will deliver cost-effective installation services for fiber optic networking, including network designs, fiber builds, and infrastructure mapping, which are not covered by existing Naval Enterprise Network frameworks. The contract will be a cost-plus-fixed-fee (CPFF) arrangement for a total of five years, comprising a one-year base period and four one-year options, with a total small business set-aside under NAICS code 541512. Interested parties must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the solicitation expected to be posted around November 17, 2025. For further inquiries, contact Erika Martin at erika.m.martin6.civ@us.navy.mil or Erin K Strand at erin.k.strand.civ@us.navy.mil.
    USNS MEGAR EVERS 2026 MTA
    Buyer not available
    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.
    NAVIFOR SATCOM
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk, is seeking information from qualified 8(a) certified sources for contractor support services related to the Navy Information Forces Command (NAVIFOR). The objective is to provide support in areas such as Resilient Command, Control, and Communications (RC3), IT Transport & Networks, and Naval Computer and Telecommunications Platforms (NCTP) C5I Shore Command’s Core Tactical Baseline Requirements. This contract, anticipated to be a Firm Fixed-Price agreement, will have a base period of twelve months with four additional twelve-month option periods and a potential six-month extension, primarily performed in Suffolk, Virginia. Interested parties must submit their qualifications, including a capability statement and proof of Top Secret Facility/SCI Clearance, by December 4, 2025, to Valara Cheristin at valara.r.cheristin.civ@us.navy.mil.
    Commander, Fleet Readiness Centers (COMFRC); Digital Group; Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements, and Software Lifecycle Support (ITPSS)
    Buyer not available
    The Department of Defense, through the Commander, Fleet Readiness Centers (COMFRC) Digital Group, is seeking information from qualified businesses regarding the Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements and Software Lifecycle Support (ITPSS). The procurement aims to support a large portfolio of IT solutions that facilitate Sustained Maintenance Planning (SMP) and MRO activities across the Naval Aviation Enterprise, requiring skilled personnel to manage approximately 20 to 25 concurrent complex business transformation projects. Interested businesses are encouraged to submit a capabilities statement by December 9, 2025, to Kalynn Jackson at kalynn.r.jackson.civ@us.navy.mil, with the anticipated contract type being a Commercial, Indefinite Delivery/Indefinite Quantity (IDIQ) contract, expected to be awarded around January 2027. The current incumbent contractor is Deloitte, and the NAICS code for this opportunity is 541511, Custom Computer Programming Services.
    SERVMART walk-in store
    Buyer not available
    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 commercial 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 acquisition regulations, including Buy American clauses. This procurement is critical for supporting U.S. Naval operations by offering quality items at discounted prices, with a focus on AbilityOne products. Interested vendors must submit their proposals by January 7, 2026, and 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.
    NECC Central Issue Facilities Programs
    Buyer not available
    The Department of Defense, through the Naval Supply Center (NAVSUP) Fleet Logistics Center (FLC) Norfolk, is seeking qualified 8(a) firms to provide Central Issue Facilities Support Services for the Navy Expeditionary Combat Command (NECC). The primary objective of this procurement is to obtain analytical and logistical product support management for three Central Issue Facilities (CIFs) located in Williamsburg, Virginia, and Gulfport, Mississippi, focusing on inventory management, customer support, and logistics analysis for Infantry Combat Equipment (ICE) and medical/dental materials. This contract is anticipated to be a firm-fixed-price type, with performance expected to commence around March 26, 2026, and will span five years, including one base year and four option years. Interested parties should submit their capabilities statements by December 18, 2025, to Sherell Brown at sherell.g.brown.civ@us.navy.mil and Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.
    Pre-Solicitation Synopsis: Contract Modification FY26-27 SEWIP Block 3 Design Agent Engineering Support
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), intends to modify an existing contract with Northrop Grumman Systems Corporation for additional engineering support related to the SEWIP Block 3 program for fiscal years 2026-2027. The modification will involve an additional 240,000 hours of Cost-Plus-Fixed-Fee Level-of-Effort and Cost Only contract line items, aimed at enhancing the design agent engineering support without extending the current contract's period of performance. This procurement is critical for maintaining and advancing the capabilities of electronic countermeasures and related systems, which are vital for naval operations. Interested parties may submit capability statements or proposals within 15 days of this notice, and should direct inquiries to Ryan Brophy or Matthew Brimmer at the provided contact information.
    SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration
    Buyer not available
    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.