Fleet and Family Support (FFSP) Global Staffing
ID: N4571A-25-R-0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDER NAVY INSTALLATIONS CMDMILLINGTON, TN, 38055-6500, USA

NAICS

Administrative and Support Services (561)

PSC

SUPPORT- PROFESSIONAL: CERTIFICATIONS AND ACCREDITATIONS (OTHER THAN EDUC OR INFO TECH C&A) (R420)
Timeline
    Description

    The Department of Defense, through the Commander Navy Installations Command, is seeking contractors to provide comprehensive staffing and support services for the Fleet and Family Support Programs (FFSP) located both within the continental United States (CONUS) and overseas (OCONUS). The primary objectives of this procurement include augmenting existing FFSP personnel through global staffing solutions and delivering webinar hosting and facilitation services via a learning management system. These services are critical for enhancing the well-being of active duty military personnel, retirees, and their families, ensuring they receive the necessary support for work-life balance, counseling, and crisis intervention. Interested contractors should note that the contract will be structured as a Firm-Fixed-Price agreement, covering a base year and four optional years, with proposals due by April 11, 2025. For further inquiries, potential offerors can contact Christopher Tullos at christopher.l.tullos.naf@us.navy.mil or Troy Milburn at troy.l.milburn3.naf@us.navy.mil.

    Files
    Title
    Posted
    The document outlines the organizational structure and locations of various United States Navy installations categorized under four primary super regions: East, Southeast, West, and OCONUS (Overseas Continental United States). The listings include key centers, such as the Naval District Washington and Naval Station Great Lakes, along with their associated offices and satellite sites across the U.S. and overseas locations like Italy and Japan. Each super region consists of specific bases and installations, including joint bases and naval air stations, highlighting the breadth of naval operations both within the continental U.S. and internationally. The comprehensive list serves to inform stakeholders of the operational framework within which the Navy functions, likely in relation to federal requests for proposals (RFPs) or grants that may involve these entities. This detailed information is critical for understanding the Navy's infrastructure and could guide future operational planning or grant applications.
    The document outlines various labor categories and corresponding full-time equivalents (FTEs) required across multiple regions, primarily for the provision of counseling and support services within the federal government. It details the distribution of roles such as Onsite Clinical Counselors, Remote Clinical Counselors, Mobile FAP Case Management Support, and various support coordinators. Each position is linked to specific geographic super regions (Mid-Atlantic, Southeast, Northwest, etc.), indicating whether services can be delivered remotely or onsite. Key roles include supervisors and specialists in areas such as SAIL (Service Access and Information Link), with many positions necessitating specific delivery modalities. The document emphasizes the need for clinical and administrative support across regions and highlights a structured approach to workforce management and scheduling. Additionally, there are roles dedicated to data analysis and financial education to enhance service delivery. Overall, this file serves as a foundational reference for staffing needs associated with government RFPs and grant proposals aimed at improving service accessibility and operational efficiency across multiple locations.
    The document outlines the labor categories and corresponding Full-Time Equivalents (FTE) required for a government contract associated with RFP N4571A-25-R-0005. It includes FTE counts across multiple geographic super regions, such as the Mid-Atlantic, Southeast, and OCONUS Pacific, indicating regional staffing needs. Specific labor categories include Onsite Customer/Admin Support, Educational Services Facilitators, and Remote Personal Financial Educators, with varying counts across regions (e.g., Bahrain). The structure details service delivery modalities, indicating whether positions are onsite or remote. Overall, this document serves to establish baseline staffing requirements and service delivery formats for a federal contract, emphasizing the flexibility to adjust FTEs as government needs change.
    The document outlines the Mobile Training Team requirements for various regions, addressing training programs for Navy personnel across multiple U.S. super regions, including Southeast and Pacific areas. Key training initiatives covered include the Transition Assistance Program, Command Financial Specialist courses, and Mobile Family Advocacy Program Case Management Support. Each program specifies the number of personnel (FTEs) required per trip and per month, alongside the number of training trips scheduled throughout the year. Generally, this RFP aims to facilitate readiness and mental fitness among Navy personnel through structured training sessions that span several days. The document serves as a framework for federal contracting opportunities, focusing on enhancing operational efficiency and support services within the military context.
    The document is a Customer Complaint Form utilized within federal government RFPs, grants, and state and local procurement processes. It is designed to allow individuals to formally submit complaints regarding services or contracts. The structure includes sections for the date of complaint, identification of the complainant and recipient, the subject of the complaint, and a detailed description of the issue. It requires a signature from the complainant and includes fields for the validation by the Contracting Officer's Technical Representative (COTR), contractor notification, actions taken in response to the complaint, and follow-up actions. The form emphasizes accountability and ensures proper communication regarding complaints related to government contracts. The systematic approach outlined aims to document complaints efficiently and track resolution efforts, highlighting the emphasis on quality control and stakeholder engagement in government procurement activities. This mechanism aligns with federal regulations to maintain high standards of service delivery and customer satisfaction in public contracts.
    The Quality Assurance Surveillance Plan (QASP) for the Commander, Navy Installations Command's Fleet and Family Support Programs (FFSP) outlines the methods for ensuring contractor performance related to global staffing and webinar services. Its primary purpose is to augment existing personnel and provide hosting and facilitation of webinars through a learning management system. The QASP details the necessary procedures and documentation for monitoring service levels, defining roles and responsibilities, including those of the Contracting Officer (KO), Contracting Officer’s Representative (COR), and Technical Assistant (TA). It includes performance objectives and standards linked to the Performance Work Statement (PWS), employing simplified surveillance techniques to assess contractor compliance and customer feedback mechanisms. The plan mandates regular quality assurance documentation by the COR and specifies analysis protocols, reporting structures, and corrective action plans in case of unsatisfactory performance. For instance, performance is gauged through customer satisfaction ratings and formal reviews, emphasizing transparency and accountability. Furthermore, it delineates the responsibilities of both government and contractor personnel while ensuring adherence to Navy Certification Standards. This structured approach aims to provide effective operations within the FFSP while reinforcing performance monitoring, ultimately ensuring high-quality support for military families.
    The Department of Defense (DoD) document outlines security classification requirements for a government contract pertinent to the Fleet and Family Support Program. It mandates a facility clearance and specific safeguarding measures to handle classified information. The specification includes details such as prime contract numbers, due dates, and contractor information with relevant CAGE codes. The contractor is tasked with providing personnel for program support at global sites and requires access to various classified categories, including communications security and sensitive intelligence. Publicly releasing any related information is restricted unless approved by the DoD. Additional security requirements and inspection details are also provided, ensuring adherence to Navy directives. Specific personnel positions needing secret clearance are listed, along with a point of contact for administrative support. This document highlights the DoD's commitment to security and classification to facilitate support services while maintaining oversight and compliance with federal regulations.
    The document outlines various questions and clarifications related to a federal Request for Proposal (RFP) for a Firm Fixed Price (FFP) contract concerning contractor-issued equipment, personnel qualifications, submission requirements, and pricing structures. Key topics include the page limits for proposal submissions (firmly set at 30 pages for the technical proposal and 40 pages for Volume II), clarification on labor categories and expected labor hours, and the management of equipment to be provided under different contract line item numbers (CLINs). Questions about electronic submission protocols and the necessity for specific security clearances for personnel are also addressed. The document indicates that contractors are responsible for procuring required equipment independently, as no Government-Furnished Property (GFP) list will be provided. Additionally, provisions regarding transition costs and collective bargaining agreements are clarified, ensuring a clear understanding for offerors about contract expectations and requirements. Overall, this RFP aims to establish structured guidelines to streamline the proposal process and ensure comprehensive compliance in providing services to the government.
    The document is a Department of Defense (DoD) Contract Security Classification Specification (DD Form 254) detailing the security requirements for a contract involving classified information. It mandates that the contractor must have a facility security clearance rated at "Secret" and includes stipulations for handling classified materials. The contractor is responsible for providing support personnel for Fleet and Family Support Program (FFSP) activities globally, requiring access to various levels of classified information and ensuring compliance with security protocols. The form outlines the need for security guidance, inspection responsibilities, and public release requirements, stating that information related to the contract is not to be disseminated publicly unless authorized by appropriate U.S. Government authorities. Key contacts are identified for the contracting activity, emphasizing collaborative oversight for safeguarding classified information throughout the contract's duration. The document serves as a critical framework to ensure national security compliance and protect sensitive information during the execution of the contract.
    The document is an amendment to a solicitation regarding a contract issued by the Commander of Navy Installations in Millington, TN. It formally amends solicitation number N4571A-25-R-0005, originally dated February 5, 2025. The key change specified is the extension of the submission deadline for offers from March 5, 2025, to April 11, 2025, at 1500 Central Standard Time. The document outlines requirements for prospective offerors to acknowledge receipt of the amendment before the specified deadline, emphasizing that failure to do so may result in rejection of their offers. Additionally, it notes that other terms and conditions of the original solicitation remain unchanged. This document serves as a critical adjustment in the procurement process, ensuring that all interested parties are aware of the new submission timeline while maintaining compliance with the necessary government procurement regulations.
    The document is an amendment to a solicitation regarding a contract managed by Commander Navy Installations in Millington, TN. It amends solicitation number N4571A-25-R-0005, initially dated February 5, 2025, and extends the submission deadline for offers to April 25, 2025, at 1500 CST. The amendment also incorporates a Past Performance Questionnaire as Attachment 7, reinforcing the importance of feedback on a contractor's previous work. It is essential for offerors to acknowledge receipt of this amendment prior to the specified deadline to ensure their submissions are considered. The amendment reflects administrative changes under the authority of CNIC 7043.1, confirming that all other terms and conditions of the contract remain unchanged. The document highlights procedural aspects typical in federal Requests for Proposals (RFPs), indicating ongoing communication between government entities and contractors to ensure compliance and clarity in procurement processes.
    This document serves as an amendment to a federal solicitation for a contract, specifically identified as N4571A-25-R-0005, issued by the Commander Navy Installations, Millington, TN. Its primary objective is to officially extend the deadline for submission of offers to May 30, 2025, at 1500 CST. For potential offerors, acknowledgment of receipt of this amendment is required to ensure their submissions are considered, and multiple methods for acknowledgment are provided. The document emphasizes that except for the changes specified, all other terms of the original solicitation remain unchanged and in effect. It is crucial that respondents adhere to the new submission guidelines to avoid rejection of their proposals. This amendment reflects the federal government's efforts to facilitate a structured procurement process by allowing additional time for offerors to prepare their proposals.
    This document is an amendment to a federal solicitation for a contract issued by the Commander Navy Installations in Millington, TN. The primary purpose of this amendment is to extend the deadline for submission of offers to July 3, 2025, at 1500 CST. The amendment underscores the procedural requirements for contractors to acknowledge receipt of this amendment, which can be done by returning designated copies or referencing the amendment in submissions. Despite this amendment, all other terms and conditions of the original solicitation remain unchanged and in effect. The document outlines administrative changes made to the contract and clarifies that the contractor may or may not be required to sign the amendment. Overall, the main focus is on ensuring that the updated submission timeline is communicated effectively to prospective offerors participating in the procurement process, while maintaining compliance with established federal contracting procedures.
    This document serves as an amendment to the solicitation N4571A-25-R-0005 issued by Commander Navy Installations, Millington, Tennessee, effective from May 30, 2025. It primarily addresses vendor questions, revises sections B and C of the RFP, and modifies specific terms in sections F, I, and L, including defining the period of performance and place of performance. The contract duration includes a base year and four optional years, extending from October 1, 2025, to September 30, 2030. Significant changes include an updated structure for proposals, with specific limits on page counts and redefined submission requirements to enhance clarity and align the response criteria with operational needs. New attachments relevant to quality assurance and contract compliance have been added while certain original attachments have been replaced. These modifications aim to maintain compliance with federal contracting guidelines and ensure effective service delivery within specified military contexts. The document underscores the importance of adhering to revised requirements to avoid rejection of proposals, emphasizing the procedural changes essential for contractors participating in this solicitation process.
    This document is an amendment to a solicitation issued by the Commander Navy Installations in Millington, TN. The amendment serves to extend the deadline for receipt of offers, clarify responses to vendor questions, and correct previous administrative errors and formatting issues within the solicitation documentation. Specifically, it corrects an effective date for an earlier amendment and updates the classification of technology support requirements in the contract documents. Additionally, it provides an updated version of Attachment 3. Overall, the amendment aims to ensure clarity and accuracy in the solicitation process while maintaining the integrity of the contract's original terms and conditions. Contractors must acknowledge receipt of this amendment to avoid any potential rejection of their offers.
    The solicitation document is issued by the Commander, Navy Installations Command for a procurement contract to provide comprehensive services supporting Fleet and Family Support Programs (FFSP) for military personnel and their families. The contract aims to enhance well-being through a mix of virtual and on-site services, including training, counseling, and program management. It comprises a Firm-Fixed-Price contract with a base year and four options, covering various areas such as technology platforms, contract support, and training. The contractor is tasked with implementing programs to promote readiness and resilience among active-duty service members and their families, addressing needs such as deployment support, relocation assistance, and personal financial management. Emphasis is placed on flexible service delivery methods, ensuring high-quality support that adheres to established guidelines. The overarching goal is to maintain operational readiness, improve family adaptation to military life, and prevent dysfunction. This RFP highlights the military's commitment to the welfare of its service members and their families through structured support systems.
    This document outlines a solicitation for a contract to provide support services for the Commander, Navy Installations Command (CNIC) Morale, Welfare, and Recreation (MWR) programs, specifically Fleet and Family Support Programs (FFSP). The contract will be a Firm-Fixed-Price type, covering a base year and four additional option years, for comprehensive services to aid military personnel and their families. Key services required include global staffing, remote service delivery, and on-site support in various capacities such as counseling, education, and crisis intervention. The contractor will also manage webinar productions and convert existing training materials to digital formats. The target demographic encompasses active duty personnel, retirees, and their eligible dependents. The document’s structure includes sections detailing solicitation requirements, pricing schedules, work scopes, and mandatory conditions for proposal submissions. The emphasis is on ensuring timely delivery of support services, enhancing family readiness, and maintaining compliance with military guidelines. The aim is to guarantee effective program implementation to support the well-being of military families, adapting services as necessary to meet evolving needs. This solicitation exemplifies federal procurement processes aimed at enhancing service delivery for essential support programs.
    The document N4571A-25-R-0005 outlines a procurement request by the Commander, Navy Installations Command (CNIC) for comprehensive services related to Fleet and Family Support Programs (FFSP). The contract structure includes a Firm-Fixed-Price format with a base year and four option years, focusing on technology platforms, various contract support services, and webinar hosting for FFSP. The primary aim is to enhance the well-being of military members and their families through global support services that encompass remote delivery and mobile training teams. Key tasks involve recruiting qualified personnel, implementing educational programs on deployment readiness, and providing resources for personal and family management. These services are essential for maintaining operational readiness and addressing the unique challenges faced by military families. The document emphasizes the importance of documentation, compliance with regulatory standards, and utilizing innovative technology to streamline service delivery. Overall, it highlights CNIC's commitment to enriching the quality of life for service members and their families while ensuring the effective execution of family support programs throughout CONUS and OCONUS locations.
    The document outlines a Contract Performance Customer Questionnaire designed for use in evaluating the past performance of contractors in federal and local government contexts. It instructs respondents to provide comprehensive information regarding contractor performance, including their company details and points of contact. The questionnaire includes guidelines for assessing performance in key areas such as Quality of Service, Timeliness of Delivery, and Overall Customer Satisfaction, with specific adjectival ratings from Unsatisfactory to Excellent. Respondents are required to justify their ratings, particularly for Customer Satisfaction, and to provide insights on whether they would select the contractor again for future projects. The structure encourages detailed feedback to inform selection processes in future government Requests for Proposals (RFPs) and grants, ensuring thorough assessments of contractor reliability and service quality. The document emphasizes confidentiality, indicating that completed questionnaires will remain sensitive and for official use only.
    The document pertains to government RFPs concerning a project involving the Family and Fleet Support Programs (FFSP). It addresses various queries and responses regarding the contract, including acceptable forms of past performance references, current technology solutions, and contractor responsibilities under the Performance Work Statement (PWS). Key points include: 1. CPARS can substitute PPQs for past performance references, with specific guidelines on submitting references. 2. Clarification is provided on operational costs, safety requirements, and responsibilities regarding travel, technology platform integration, and data management. 3. The contractor is responsible for service delivery including training, scheduling, and crisis intervention within specified guidelines. 4. Several inquiries concerning contract specifics, including surge support provisions, pricing structures for various services (CLINs), and requirements for background checks and security clearances are addressed. 5. The FFSP's expectation for contractors includes implementing a scalable technology platform that meets federal security standards. The document serves as a comprehensive guideline for potential contractors to understand the requirements and expectations of the FFSP project, ensuring compliance and facilitating accurate proposal submissions. It underscores the importance of detailed responses to all outlined inquiries within the RFP framework.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors to provide maintenance services under the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS) initiative. The objective is to ensure that various training systems and equipment remain in a "ready-for-training" state across six locations, including Groton, CT, Norfolk, VA, Kings Bay, GA, Bangor, WA, San Diego, CA, and Pearl Harbor, HI. This contract, which will be awarded as a Cost Plus Fixed Fee Task Order, is critical for maintaining the operational readiness of submarine training devices and is expected to commence on June 1, 2026, with a total performance period of 60 months. Interested vendors must contact Ms. Valentina Walsh at valentina.p.walsh.civ@us.navy.mil for further details and to obtain necessary RFP attachments, with a pre-proposal conference scheduled for December 5, 2025, and an anticipated award date of April 24, 2026.
    Installation Fiber Optics Networking Support Services
    Dept Of Defense
    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.
    Final Request for Proposal under FTSS V MAC Lot 1
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Training Systems Division (NAWCTSD), is issuing a Final Request for Proposal under the Fielded Training Systems Support (FTSS) Multiple Award Contract (MAC) V Lot 1 for Contractor Instructional Services for Naval Air Forces Atlantic Fleet (CISLANT). This procurement aims to support training devices at various sites, including NS Norfolk, NAS Oceana, NAS Jacksonville, and NS Mayport, with a performance period of 60 months, starting with mobilization on July 1, 2026. The selected contractor will provide essential instructional services for military training, ensuring the effective operation and maintenance of critical training aids and devices. Interested FTSS V MAC holders must contact Lynn Carlson at lynn.a.carlson4.civ@us.navy.mil or call 407-694-6394 to access the necessary documents and further details regarding the proposal.
    USSF Hiring Events
    Dept Of Defense
    The Department of Defense, specifically the Air Force District Washington (AFDW), intends to award a Sole Source contract to Recruitmilitary, Inc. for the purpose of enhancing outreach efforts to military veterans and transitioning service members regarding employment opportunities with the United States Space Force (USSF). This initiative is crucial for connecting veterans and their families with current and future job prospects within the USSF, thereby supporting their transition into civilian employment. The contract will be executed under Simplified Acquisition Procedures, and interested parties may submit their interest and product information by 4:30 PM E.S.T on December 19, 2025, via email to the primary and secondary contacts provided: Eric L. Moss at eric.moss.3@us.af.mil and Loverna Johnson at loverna.johnson.ctr@us.af.mil.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors to provide maintenance services and material support for the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS). This procurement aims to ensure that various submarine training systems and associated equipment remain in a 'ready-for-training' state across six locations, including Groton, CT, and Norfolk, VA, among others. The contract will span 60 months, starting with a two-month mobilization period, followed by a ten-month base year and four optional twelve-month periods, with contractor performance expected to commence on June 1, 2026. Interested parties should note the anticipated RFP release date of November 14, 2025, and contact Valentina Walsh at valentina.p.walsh.civ@us.navy.mil or Dean Deford at dean.p.deford.civ@us.navy.mil for further inquiries.
    NECC Central Issue Facilities Programs
    Dept Of Defense
    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.
    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.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Dept Of Defense
    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.
    FY23-FY27 MK 45 WATERFRONT SUPPORT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking to procure waterfront support services under the contract titled "FY23-FY27 MK 45 WATERFRONT SUPPORT." This contract, awarded non-competitively to BAE Systems Land & Armaments L.P., is structured as a Cost-Plus-Fixed-Fee (CPFF) and Cost (no fee) arrangement, based on the justification that only one responsible source can meet the agency's requirements. The services are critical for maintaining and supporting the MK 45 naval gun systems, which play a vital role in naval operations. Interested parties can reach out to Jeannele Macey at jeannele.m.macey.civ@us.navy.mil or Cady Ramirez at cady.h.ramirez.civ@us.navy.mil for further inquiries regarding this opportunity.
    Total Care Support for PSEF
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking a contractor to provide one year of OEM hardware and software maintenance for the Propulsion Systems Evaluation Facility (PSEF)'s HGL Dynamics DDAS system. The procurement includes essential services such as software updates, repair or replacement of defective hardware, temporary systems provision during testing impacts, phone support, and up to two site visits, all to be delivered at the Patuxent River Naval Air Station. This contract, valued on a firm fixed-price basis, is critical for maintaining operational readiness and efficiency of the PSEF's testing capabilities, with a performance period from January 1, 2026, to December 31, 2026. Interested parties must submit their brand name quotes by 12:00 pm on December 20, 2025, to Benjamin Flores at benjamin.r.flores3.civ@us.navy.mil, ensuring compliance with all specified requirements.