Spectrum Management Support Services - Amendment 0001
ID: N0018925RZ104Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Engineering Services (541330)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for Spectrum Management Support Services under the combined synopsis/solicitation N0018925RZ104-0001. The procurement aims to acquire technical, administrative, and operational expertise in managing and protecting electromagnetic spectrum resources, which are critical for effective information warfare and operational capabilities of the Navy and Marine Corps. This five-year contract, set to commence in September 2025, emphasizes the importance of compliance with security regulations and the provision of SharePoint and IT support services. Interested vendors must submit their proposals by June 16, 2025, at 12:00 PM EDT, and can contact Shane MacWilliams at shane.macwilliams@navy.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The government file outlines a Request for Proposals (RFP) for various labor categories, specifying hourly rates and estimated hours for contract work at multiple locations. Key roles highlighted include Mid Level and Senior Level SharePoint Developers, Spectrum Managers, Electronic Warfare Specialists, and Administrative Assistants, each with designated hourly rates and total hours allocated for different sites such as Ft. Meade, Norfolk, and San Diego. The RFP confirms that all task orders will be negotiated based on the rates in Attachment I, which will govern the pricing throughout the contract duration, extending over five years from September 2025 through August 2030. Additionally, the document states that offerors must submit fully-burdened hourly rates and extended prices for each labor category and location listed. The structure focuses on providing an organized framework for submissions, emphasizing clarity in pricing expectations and labor categories, thereby facilitating the selection of contractors for federal and possibly local projects.
    The document outlines a labor rate proposal for various IT and technical positions required by the government across multiple locations, including Norfolk, VA; Ft. Meade, MD; and several international sites. Positions listed include mid and senior level developers and IT specialists, spectrum managers, and electronic warfare specialists, with hourly rates ranging from $1,912 to $60,320, although all total costs are currently indicated as $0.00. The plan specifies estimated hours for each labor category, totaling approximately 161,312 hours. Instructions for offerors emphasize the necessity to submit fully-burdened hourly rates for calculations involving future task orders. The proposal highlights that pricing will be based on rates effective at the time the task order is issued and will apply throughout the performance period and any option periods. The document serves as a key component in the procurement process, providing a structured pricing model aligned with federal contracting protocols for IT services.
    The document appears to be an incomplete display from a PDF viewer, specifically related to issues with file compatibility or viewing errors. Therefore, no substantive content regarding federal RFPs, grants, or state/local proposals is available to summarize. Since the document lacks discernible information or context, a summary cannot be accurately generated. The essential purpose of a government file in this context usually involves soliciting proposals for projects, funding, or services, but without specific content, details, or structure to analyze, it remains unclear what the file specifically entails.
    The Contract Administration Plan (CAP) outlines the responsibilities and organizational structure for managing fixed-price, indefinite delivery contracts within federal procurement. It designates the Procuring Contract Office (PCO) for pre-award activities and contract changes, while the Contract Administration Office (CAO) handles contract management as specified by FAR 42.302. The Ordering Officer evaluates proposals and issues Task Orders, and the Contracting Officer's Representative (COR) serves as the primary technical liaison with the contractor, ensuring contract compliance without overstepping into supervision. The COR is responsible for monitoring contractor performance, quality assurance, invoicing, and contract modifications while engaging with necessary documentation and reports. A Technical Assistant (TA) may assist the COR with administrative tasks but cannot direct contract work. This plan ensures that duties are clearly assigned and monitored, facilitating effective contract performance and compliance with federal requirements. The document is crucial for streamlining processes in government RFPs and grants by delineating roles and responsibilities in contract management.
    The document outlines the "Past Performance Information Form," essential for vendors responding to federal RFPs, grants, and local proposals. It serves as a structured template for offerors to report critical performance details regarding completed contracts over the past five years. Key information required includes the offeror's name, contract identifiers, customer details, financial amounts, personnel involved, and duration of performance. Additionally, vendors are tasked with providing a comprehensive description of the work performed, identifying any issues related to quality, delivery, or cost, and describing corrective actions taken. The form also includes sections for detailing subcontractor participation and the financial value of any subcontracts. This standardized form is vital in assessing an offeror's reliability and past performance, contributing to informed decision-making in contract awards within government procurement processes.
    The document outlines an amendment to a federal solicitation, primarily extending the offer due date to June 16, 2025, and answering queries regarding the solicitation. Key updates include revised minimum qualifications for a Mid-Level SharePoint/Power Platform Developer, an increased page limit for proposals from 18 to 22 pages, and an updated price list. The amendment further eliminates the need for subcontractor price/cost information, adjusting font size requirements, and clarifying past performance requirements. The government is seeking proposals for spectrum management and information warfare support services to assist the Navy and Marine Corps. The contract will involve providing expertise in spectrum management, electromagnetic warfare, and IT support, including SharePoint services. Proposals will be evaluated based on non-price factors such as performance and management approaches, and past performance, significantly impacting selection. Offerors must submit their proposals electronically, ensuring compliance with outlined instructions to avoid non-responsiveness. This procurement emphasizes enhancing Navy operations and maintaining efficient use of electromagnetic spectrum resources.
    The document outlines a Request for Proposal (RFP) for Indefinite Delivery, Indefinite Quantity (IDIQ) contract N0018925RZ104, focusing on Spectrum Management Support Services for the Navy and Marine Corps. The RFP specifies the acquisition of services that involve planning, managing, and protecting electromagnetic spectrum resources. It is issued as a full and open solicitation under FAR guidelines, targeting small businesses, including service-disabled veteran-owned and women-owned entities. Key requirements include providing technical, administrative, and operational expertise across various tasks such as frequency assignments, spectrum planning, policy formulation, and electromagnetic warfare support. The contractor is also expected to manage spectrum related issues at specified government facilities, ensuring compliance with security regulations and operating within designated locations. Additionally, the contractor must leverage expertise in SharePoint and provide necessary reporting, travel, and training support while maintaining robust quality control and security clearance protocols for personnel involved. The contract spans five years commencing from September 2025, demonstrating the government's commitment to enhancing its information warfare capabilities through effective electromagnetic spectrum management.
    This document outlines a Request for Proposal (RFP) for Spectrum Management Support Services for the Navy and Marine Corps. The RFP, numbered N0018925RZ104, is aimed at contractors who can provide services related to the management and effective use of electromagnetic spectrum (EMS) resources. The current provider is Amentum Services, Inc. The solicitation is full and open, employing FAR clauses 52.212-1, 52.212-3, 52.212-4, and 52.212-5 attached. The scope of work involves supporting the Naval Information Warfare Development Center (NIWDC) and Naval Spectrum Center (NMSC) with tasks centered on electromagnetic warfare, spectrum management and analysis, doctrine development, and training support. Specific roles include managing frequency assignments, preparing for national and international spectrum policy meetings, and providing administrative and technical expertise. The contractor must possess personnel with security clearances for sensitive work and is required to provide IT and SharePoint solutions among other administrative duties. The contract will have a five-year period, starting September 1, 2025, with a focus on maintaining operational efficiency and ensuring collaboration across naval commands. Deliverables include monthly progress reports and trip reports, with quality control measures implemented to guarantee service standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Integrated spectrum Warfare (ISW)
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center, is soliciting proposals for the Integrated Spectrum Warfare (ISW) initiative. This opportunity focuses on research and development in the physical, engineering, and life sciences, aiming to enhance national defense capabilities through innovative solutions in spectrum warfare. Interested firms must be registered in the System for Award Management (SAM) database to participate, and they should refer to the attached announcement for detailed submission procedures and evaluation criteria. For further inquiries, potential applicants can contact Samantha Guth at samantha.a.guth.civ@us.navy.mil or by phone at 760-793-3079.
    Unmanned Maritime Systems (UMS) Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is soliciting proposals for Unmanned Maritime Systems (UMS) support under the Seaport NxG Multiple Award Contract (MAC), designated as number N6133126R3102. This opportunity is exclusively available to holders of the Seaport MAC and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The UMS support is critical for enhancing naval operations and capabilities, reflecting the increasing reliance on unmanned systems in maritime environments. Interested parties must submit their responses via the PIEE Solicitation Module by January 5, 2025, at 4 PM CST. For further inquiries, contact Melissa Ryan at melissa.m.ryan12.civ@us.navy.mil or Matthew Hammond at matthew.a.hammond4.civ@us.navy.mil.
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Intelligence, Surveillance, and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). This procurement aims to develop and field advanced ISR systems that enhance communication, surveillance, and security capabilities while addressing evolving threats, including support for unmanned systems related to chemical, nuclear, biological, and radiological elements. The anticipated contract will involve multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with a seven-year ordering period, and the final RFP is expected to be released no earlier than November 21, 2025. Interested parties can reach out to Carl Odom at carl.n.odom.civ@us.navy.mil or by phone at 619-553-4454 for further information.
    Maritime Operations Center (MOC) Support Services
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Fleet Logistics Center Norfolk, is soliciting proposals for Maritime Operations Center (MOC) Support Services. The primary objective of this procurement is to provide a comprehensive range of technical services aimed at enhancing warfighting capabilities and addressing operational gaps within the MOC framework, which is critical for effective command and control of naval operations. This solicitation is intended for a sole source contract, with a performance period spanning four months, and requires offerors to possess a current Top Secret facilities clearance. Interested parties should direct inquiries to Mary Taylor at mary.a.taylor263.civ@us.navy.mil or Jacob Gephart at jacob.n.gephart.civ@us.navy.mil, with proposals due by December 15, 2025, at 10:00 AM.
    59--SUPPORT,ANTENNA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of antenna support equipment through NAVSUP Weapon Systems Support Mechanicsburg. This contract involves the manufacture and quality assurance of housing components intended for use on Navy submarines, with stringent requirements for design, testing, and inspection to ensure compliance with military standards. The procurement is critical for maintaining operational capabilities within the Navy's fleet, emphasizing the importance of quality and reliability in defense-related equipment. Interested vendors should note that the solicitation has been extended to July 31, 2024, and can reach out to Vladimir Maksimchuk at 215-697-3533 or via email at VLADIMIR.MAKSIMCHUK@NAVY.MIL for further details.
    AN/SPY-6(V) Production RFI/Sources Sought - Copy 1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is conducting a Sources Sought notice for the AN/SPY-6(V) Production, aimed at gathering market research and industry feedback for this radar equipment initiative. The procurement seeks engineering services related to the production of the AN/SPY-6(V) radar system, which plays a critical role in enhancing naval capabilities and defense systems. An Industry Day is scheduled for 15 December 2025, where interested parties can provide feedback on the draft solicitation documents, with a deadline for comments set for 19 January 2026. Companies wishing to attend must notify the primary contacts, Alexander Gosnell and Spencer Bryant, by email, and are limited to three in-person attendees. For further inquiries, contact details are provided: Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil, 202-781-2446) and Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil, 202-781-4113).
    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.
    CANES MAC RFP N0003926R9118
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Systems, is soliciting proposals for the CANES MAC RFP N0003926R9118, focusing on the procurement of digital network products and associated hardware and software. This opportunity is aimed at enhancing communication capabilities within the Navy, emphasizing the importance of advanced technology in supporting military operations. Interested vendors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for the solicitation number. For inquiries, potential bidders may contact Susana Wiker at susana.l.wiker.civ@us.navy.mil or Elisa Jaime at elisa.m.jaime.mil@us.navy.mil.
    59--SEAL, WAVEGUIDE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of waveguide seals, identified under the title "59--SEAL, WAVEGUIDE." This contract involves the supply of specialized materials critical for shipboard systems, where the use of incorrect or defective materials could lead to severe operational failures and safety risks. The procurement is set to close on October 7, 2025, and interested vendors are encouraged to reach out to Ryan Powell at ryan.m.powell22.civ@us.navy.mil or by phone at 717-605-8197 for further details regarding the solicitation and requirements.