UPDATED | DF01 - Services in support of U.S. Fleet Cyber Command Risk Management Framework (RMF) Assessment and Authorization (A and A)
ID: N0018925Q0097Type: Sources Sought
Overview

Buyer

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

NAICS

Other Computer Related Services (541519)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 22, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 5, 2025, 12:00 AM UTC
  3. 3
    Due Feb 13, 2025, 10:00 PM UTC
Description

The Department of Defense, through the Naval Supply Center Fleet Logistics Center Norfolk, is seeking qualified vendors to support the U.S. Fleet Cyber Command's Risk Management Framework (RMF) Assessment and Authorization (A&A) processes. The procurement aims to ensure compliance with cybersecurity standards for Navy IT systems, which are critical for maintaining the security of defense operations. Interested parties are required to submit detailed information regarding their capabilities, including business size classification and relevant past performance, by February 13, 2025. For further inquiries, vendors may contact Charles C. Christie at 804-480-2272 or via email at charles.c.christie5.civ@us.navy.mil.

Point(s) of Contact
Charles C. Christie 804-480-2272
charles.c.christie5.civ@us.navy.mil
Files
Title
Posted
Feb 5, 2025, 5:06 PM UTC
The document details responses to a Sources Sought Notice regarding a follow-on action procurement related to contract N0018923F0130, currently fulfilled under GS-35F-0414U. The acquisition strategy remains undecided as market research is ongoing. The U.S. Government anticipates releasing the Request for Quotation (RFQ) or Request for Proposal (RFP) around mid-to-late March 2025, with a solicitation period expected to last 30 days. Interested parties are encouraged to direct further inquiries to a specified Navy contact. This information is essential for potential bidders looking to prepare for the upcoming procurement opportunity aligned with federal contracting processes.
Feb 5, 2025, 5:06 PM UTC
The Naval Supply Center (NAVSUP) Fleet Logistics Center Norfolk has issued a Sources Sought Notice to identify qualified vendors for a potential contract supporting the U.S. Fleet Cyber Command and the Department of Defense’s Risk Management Framework (RMF) Assessment and Authorization responsibilities. This notice is for planning purposes and not a solicitation, requiring interested parties to submit detailed information regarding their capabilities by February 13, 2025. Key details include business size classification, relevant past performance in similar contracts, and compliance with security clearance requirements. The anticipated NAICS Code is 541519, covering Other Computer Related Services, with a small business size standard of $30 million. The response should include specific information about teaming arrangements and subcontracting plans in the context of small business set-asides. The document emphasizes that standard company brochures will not be considered, and submissions should not exceed ten pages. Proper identification of proprietary information is stressed, as the provided information is solely for market research and planning, subject to updates prior to any official solicitation. Overall, the initiative reflects a structured approach to market research in the government contracting process while seeking expertise in cybersecurity and risk management.
Feb 5, 2025, 5:06 PM UTC
The draft Performance Work Statement (PWS) delineates requirements for contractor services supporting the U.S. Fleet Cyber Command/U.S. Tenth Fleet's Risk Management Framework (RMF) Assessment and Authorization (A&A) and Authorization to Use/Connect (ATU/C) processes. The contractor will provide operations ensuring compliance with cybersecurity standards for Navy IT systems, contributing to the secure defense mission of the Department of Defense. Key responsibilities include system categorization, security controls analysis, compliance and risk evaluation, and continuous monitoring in line with established governance. The contractor is also tasked to support operational risk analyses, provide technical guidance, and engage with multiple Navy stakeholders. The PWS outlines defined tasks that include collaboration with Echelon Commands, authorization recommendations, technical assessments for emerging technologies, and participation in Cybersecurity inspections. Qualified contractor personnel must meet certain security clearances, maintain training requirements, and fulfill labor category specifications. The period of performance spans from July 2025 through December 2030, with expectations for effective knowledge transfer and documentation during transitions. This PWS serves as a foundational document for soliciting contractors to ensure robust cybersecurity within Navy operations.
Similar Opportunities
7C20 - Data Center Products
Buyer not available
The Department of Defense, through the Department of the Navy's NAVSUP FLT LOG CTR NORFOLK, is seeking proposals for web-based user subscriptions that provide access to public data records and law enforcement data to support the NCIS Multiple Threat Alert Center (MTAC). This procurement aims to enhance the MTAC's mission of delivering 24/7 alerts regarding foreign intelligence, cyber, terrorist, and criminal threats to Department of the Navy assets and personnel. The services sought are critical for maintaining situational awareness and ensuring the safety of Navy operations. Interested vendors can reach out to Kevin James at 215-697-5149 or via email at Kevin.n.james1@navy.mil for further details regarding the solicitation.
Strategic & Congressional Support services-USFFC
Buyer not available
The Department of Defense, through the U.S. Fleet Forces Command (USFFC), is seeking qualified contractors to provide strategic planning and congressional support services under a non-personal services contract. The primary objective of this procurement is to enhance fleet readiness by delivering analytical services, including strategic communications, risk analysis, and process improvements, with a focus on supporting congressional interactions and engagements. This contract is crucial for ensuring effective communication with stakeholders, particularly Congress, and maintaining operational readiness through rigorous analysis and documentation. Interested businesses are invited to submit a Statement of Capabilities by March 6, 2025, to John Hill at john.c.hill36.civ@us.navy.mil, as the contract is anticipated to commence on September 30, 2025, with options extending through March 29, 2031.
Radio Frequency Distribution and Control Systems (RFDACS)
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the procurement of Radio Frequency Distribution and Control Systems (RFDACS) units and subcomponents, along with associated engineering and obsolescence management services. This initiative aims to enhance military submarine capabilities by developing, testing, and delivering the RFDACS OK-700 system, which is critical for effective communication and control in defense operations. Interested contractors must comply with stringent regulatory standards and provide detailed proposals that include quality control measures, funding sources, and personnel qualifications. For further inquiries, potential bidders can contact Christina Sherron at christina.m.sherron2.civ@us.navy.mil or by phone at 401-832-6462. The solicitation details and associated documents are available for review, and adherence to the outlined requirements is essential for successful proposal submission.
cyberFEDS subscriptions
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure cyberFEDS subscriptions through a combined synopsis/solicitation. This procurement aims to secure electronic access to cyberFEDS on the Web and workers' compensation resources, with the intention to contract with LRP Publications, Inc. for one base year and four option years. The services provided are crucial for maintaining compliance and access to specialized information in the realm of federal regulations and workers' compensation. Interested parties must submit a capabilities statement by February 26, 2025, detailing pricing and technical capabilities, with the contract period running from April 11, 2025, to April 10, 2030. For further inquiries, potential vendors can contact Lametria Smith at lametria.r.smith.civ@us.navy.mil or Barbaraann K Witz at barbaraann.k.witz.civ@us.navy.mil.
NRP,CONTROL MODULE
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting proposals for the procurement of a control module under the title "NRP, CONTROL MODULE." This opportunity involves the manufacturing of specialized communications equipment, categorized under NAICS code 334290, which is essential for enhancing network capabilities within military operations. The goods sought are critical for IT and telecom applications, particularly in analog voice products, ensuring effective communication systems for defense purposes. Interested vendors can reach out to Jamie Kershaw at 717-605-3233 or via email at JAMIE.KERSHAW@NAVY.MIL for further details regarding the solicitation process.
6130 - MK 99 Fire Control System (FCS), AN-SPY-1 Transmitter Group and AN-SPY-3 Multi-Function Radar (MFR) Non-Recurring Demand (NRD) Support
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking support for the MK 99 Fire Control System (FCS), AN-SPY-1 Transmitter Group, and AN-SPY-3 Multi-Function Radar (MFR) under a Non-Recurring Demand (NRD) contract. This procurement aims to provide essential maintenance and support services for these critical systems, which play a vital role in naval operations and defense capabilities. The opportunity falls under the NAICS code 336611, related to Ship Building and Repairing, and the PSC code 6130, which pertains to electrical converters. Interested parties can reach out to Nicole Rounay at 564-230-2822 or via email at nicole.t.rounay.civ@us.navy.mil for further details regarding this presolicitation notice.
70--MANAGEMENT UNIT,ELE
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for a sole source contract related to the procurement of electronic computer manufacturing services. The requirement emphasizes that the government lacks sufficient data to engage other sources, necessitating government source approval prior to award, which must be accompanied by the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure. This procurement is critical for maintaining operational capabilities, as the items involved are essential for IT and telecom computing needs, particularly in server hardware and perpetual license software. Interested vendors must contact Casey Brown at 215-698-6566 or via email at casey.m.brown20.civ@us.navy.mil for further details and to ensure compliance with submission requirements.
CCA, SERVO-CONTROL
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of CCA, SERVO-CONTROL, which involves the manufacture of bare printed circuit boards as part of their weapon systems support. This contract requires compliance with stringent quality assurance standards, including ISO 9001, and mandates that all materials supplied must be free from mercury contamination, as they are intended for use on submarines and surface ships. The procurement is critical for maintaining operational readiness and safety in naval operations, with the request for quotes closing on March 24, 2025. Interested vendors should direct inquiries to Taylor Fasching at TAYLOR.FASCHING@NAVY.MIL or by phone at 717-605-4323 for further details.
RFI - AEGIS Combat System Support Equipment, Electronic Equipment Fluid Cooler, AN/SPY Radar Warhead Data Receiver Cabinets (WDRC)
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking potential sources for the engineering and production of the AN/SPY radar Warhead Data Receiver Cabinets (WDRC), AEGIS Combat System Support Equipment (ACSSE), and Electronic Equipment Fluid Coolers (EEFC) to support the U.S. Navy's Ballistic Missile Defense Kill Assessment System from FY 2026 to FY 2030. The procurement includes the production of WDRC equipment, shipsets of ACSSE, and various EEFC variants, along with engineering support to maintain the Technical Data Package (TDP) and an engineering test facility for system-level testing. This equipment is critical for shipboard tactical operations and must meet stringent Navy environmental qualification requirements. Interested parties should submit their responses to the Request for Information (RFI) by addressing specific capabilities and experience, and must comply with the Terms of Use Agreement for accessing Controlled Unclassified Information (CUI). For further inquiries, contact Michael Peduto at michael.p.peduto2.civ@us.navy.mil or Dae Kim at dae.h.kim.civ@us.navy.mil.
MODULE,INFOSEC
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting proposals for the procurement of information security modules (MODULE,INFOSEC). This opportunity falls under the NAICS code 334290, which pertains to Other Communications Equipment Manufacturing, and involves the acquisition of hardware and perpetual license software related to IT and telecom network products. The goods and services sought are critical for enhancing the security and integrity of communication systems within the Navy's operational framework. Interested vendors can reach out to Andrew Stader at 717-605-2147 or via email at ANDREW.STADER@NAVY.MIL for further details regarding the solicitation process.