Fleet Enterprise Data Analytics and Digital Capability (FEDADC) Support Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy, specifically NAVSUP FLT LOG CTR NORFOLK for the United States Fleet Forces Command (USFFC), has issued a Sources Sought Notice/Request for Information (RFI) for Fleet Enterprise Data Analytics and Digital Capability (FEDADC) Support Services. This RFI aims to gather industry input on capabilities for providing highly skilled data analytics, visualization, and digital support to the USFFC Chief Data and Artificial Intelligence Office (CDAO). This is a market research tool, not a solicitation. Responses are due March 27, 2026, at 9 AM EST.
Scope of Work
The required services are extensive, covering a broad range of data-related functions to implement solutions for the USFFC CDAO and Fleet subordinate commands. Key areas include:
- Data Analytics & Science: Foundational data processing, transformation, management, governance, AI, Machine Learning, predictive/prescriptive modeling, AI governance, data science lifecycle support, enterprise strategy, data mining, wrangling, and exploration.
- Digital Capability: Cloud and distributed computing, technical and data architecture, data visualization, UI/UX, transformational methodologies, application development, and training enablement.
- Program Management: Risk assessment, change management, strategic communications, project planning, and execution.
Contract & Timeline
- Opportunity Type: Sources Sought / Request for Information
- Anticipated Contract Type: Single Cost-Plus-Fixed-Fee contract or task order.
- Anticipated Duration: 12-month base period with four 12-month option periods.
- Anticipated Start Date: January – March 2027.
- Response Due: March 27, 2026, at 9 AM EST.
- Published: March 19, 2026.
Eligibility & Set-Aside
- NAICS Codes: 541511 (1,300 employees), 541715 (1,000 employees), 541330 ($25.5M).
- Set-Aside: The government will consider a small business set-aside if sufficient interest and capability are demonstrated by small businesses. Small business utilization will be considered regardless of set-aside status.
- Personnel Requirements: Minimum active Secret clearance for personnel, compliance with DOW/DON/CDAO/CNO governance, and a Department of Defense Common Access Card (CAC).
Submission Requirements
Interested parties must provide:
- Full Business Name, CAGE code, UEI, and Size of Business.
- Company representative contact information.
- SAM.gov registration status and ownership details.
- Proof of a current Secret facilities clearance level.
- Recommendations/feedback on the acquisition strategy and potential alternative solutions.
- Recent and relevant experience demonstrating capability to support the draft Performance Work Statement (PWS).
- Information regarding small business utilization and compliance with FAR 52.219-14 if applicable. Responses are limited to 8 pages and should be emailed to Samantha Ballance.
Additional Notes
This is a new requirement and a market research effort. The government will not pay for information received and is not obligated by any submissions. A draft Performance Work Statement (PWS) is available as Attachment I. All questions and answers will be posted as updates to the notice.
Place of Performance: Primarily at the United States Fleet Forces Command (USFFC) in Norfolk, VA, with potential for remote work.