R408 - Engineering and Technical Support (ETS) for Office of Naval Intelligence (ONI)
ID: N0018925RZ115Type: Presolicitation
Overview

Buyer

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

NAICS

Other Management Consulting Services (541618)

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR NORFOLK, is seeking proposals for Engineering Technical Support Services for the Office of Naval Intelligence (ONI). The procurement aims to secure professional consulting services that will enhance program management and support capabilities, as detailed in the Request for Proposal (RFP) N00189-25-R-Z115 and its attachments. These services are critical for ensuring effective operational support and management within ONI's engineering initiatives. Interested vendors can reach out to Danielle Udinson at 215-697-9584 or via email at danielle.udinson@navy.mil for further information regarding the solicitation process.

    Point(s) of Contact
    Danielle Udinson 2156979584
    danielle.udinson@navy.mil
    Files
    No associated files provided.
    Similar Opportunities
    N0038326RS050
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the renewal of a Long Term Contract (LTC) for consumable spares over a five-year term. This contract will cover eight National Item Identification Numbers (NIINs), including various repair kits and parts kits, with estimated quantities ranging from 25 to 5,000 units for each item. These items are critical for aircraft maintenance and repair, emphasizing the importance of sourcing from approved vendors under the authority of FAR 6.302-1, as government source approval is required for award. Interested vendors must submit a proposal along with the necessary documentation as outlined in the NAVSUP Source Approval Request (SAR) Brochure, which can be accessed online. For further inquiries, potential bidders can contact Sophia Noel at 215-697-3698 or via email at sophia.noel@navy.mil.
    Reverse Engineering, Science, and Technology for Obsolescence, Restoration, and Evaluation (RESTORE) Laboratory Engineering Services
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting proposals for engineering services under the Reverse Engineering, Science, and Technology for Obsolescence, Restoration, and Evaluation (RESTORE) Laboratory. The procurement aims to provide comprehensive research, development, simulation, evaluation, and engineering services for manned and unmanned Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance, and Reconnaissance (C5ISR) platforms, which are critical for national defense operations. This contract, classified under NAICS code 541330, has a size standard of $47 million and is set aside for 8(a) competed firms, emphasizing the importance of innovation and sustainment in C5ISR capabilities. Interested parties must submit questions by November 19, 2025, and proposals by December 15, 2025, with inquiries directed to Melissa Tell at melissa.k.tell.civ@us.navy.mil or Emily Green at emily.f.green.civ@us.navy.mil.
    R431 - Chief Naval Offices (CNO) Equal Employment Opportunity (EEO) Investigations Support
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for Equal Employment Opportunity (EEO) investigation support services for the Chief of Naval Operations (CNO). The procurement aims to establish an Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide essential EEO investigation services, which are critical for maintaining compliance and addressing workplace issues within the Navy. Interested vendors must submit their quotations electronically by 11 December 2025 at 12:00 PM EST, with inquiries directed to Paul Pepi at paul.j.pepi.civ@us.navy.mil and Matthew Forsythe at matthew.r.forsythe.civ@us.navy.mil. The NAICS code for this opportunity is 541612, with a small business size standard of $29 million.
    Unmanned Maritime Systems Support (UMSS)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting proposals for Unmanned Maritime Systems Support (UMSS) under Request for Proposal (RFP) No. N6600126R0018. The procurement aims to provide comprehensive services including design, fabrication, integration, testing, and maintenance of unmanned maritime systems that support various U.S. Navy missions, such as explosive ordnance disposal and anti-submarine warfare. This contract is crucial for advancing the Navy's capabilities in both current and future maritime operations, with an anticipated award of multiple indefinite-delivery, indefinite quantity (IDIQ) contracts over an eight-year period. Interested firms should note that the RFP response deadline is extended to December 11, 2025, and for inquiries, contact Paige Miller at paige.r.miller5.civ@us.navy.mil or call 619-553-4386.
    NUT,UNION
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the procurement of Union Nuts under the NAVSUP Weapon Systems Support Mechanicsburg office. This contract requires the delivery of specialized materials that are critical for shipboard systems, emphasizing the need for high-quality standards to prevent failures that could lead to serious safety risks. The selected contractor will be responsible for ensuring compliance with stringent inspection and certification requirements, with a delivery timeline of 365 days from the award date. Interested vendors should contact Francine A. Pomells at 717-605-3354 or via email at francine.a.pommells.civ@us.navy.mil for further details and to submit their proposals.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Buyer not available
    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.
    13--FIN ASSEMBLY,TORPED
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of 95 units of the FIN ASSEMBLY, TORPED, identified by NSN 1355 009772828. This contract aims to fulfill the manufacturing and quality requirements for the specified torpedo assembly, which is critical for naval operations and defense capabilities. The solicitation is set aside for small businesses and emphasizes compliance with various quality assurance standards, including MIL-STD-130 for marking and MIL-I-45208 for inspection systems. Interested vendors should contact Rachel Kern at 717-605-7296 or via email at rachel.e.kern4.civ@us.navy.mil for further details and to ensure their proposals meet the necessary requirements by the submission deadline.
    Test, Engineering/Analysis Fleet Support
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, Dahlgren Division (NSWCDD), is seeking qualified SEAPORT MAC holders to provide Test, Engineering/Analysis, and Fleet Support services for NSWCDD and Dam Neck Activity (DNA). The procurement aims to enhance integrated combat systems through expert engineering and technical support, which are critical for maintaining operational readiness and effectiveness. Interested firms must register for PIEE accounts to receive solicitations and submit proposals, as only SEAPORT MAC holders are eligible for award under this solicitation. For further inquiries, interested parties can contact Samantha Price at samantha.l.price22.civ@us.navy.mil or by phone at 540-742-1711.
    O-RING
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of O-Rings, classified under the NAICS code 336310. The procurement requires that the O-Rings meet specific military specifications, including MIL-P-24503, and mandates compliance with various quality assurance and inspection requirements, including documentation due prior to delivery. These components are critical for national defense and emergency preparedness, with a shelf life requirement of at least 85% remaining at the time of shipment. Interested vendors should contact Hunter Breon at 771-229-0109 or via email at HUNTER.R.BREON.CIV@US.NAVY.MIL for further details and to submit their proposals.
    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.