Navy’s Shipyard Infrastructure Optimization Program (SIOP) 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 / Naval Surface Warfare Center has issued a Sources Sought / Request for Information (RFI) for Shipyard Infrastructure Optimization Program (SIOP) Support Services. This RFI seeks to identify qualified firms, both Other-Than-Small-Business and Small Business, capable of providing comprehensive programmatic, technical, and administrative services for the Navy's SIOP. The program aims to modernize aging facilities across the Navy's four public shipyards. Responses are due by May 14, 2026, at 2:00 PM EDT.
Purpose & Scope
This notice is for market research to inform acquisition strategies for a follow-on effort to Contract No. N6426722C0011. The SIOP's objective is to recapitalize and modernize infrastructure at Pearl Harbor, Puget Sound, Kittery (ME), and Portsmouth (VA) Naval Shipyards to improve productivity, increase maintenance throughput, and support combat readiness. The anticipated contract will provide recurring comprehensive programmatic, technical, and administrative services, including:
- Graphic Design, Production, and Strategic Communication
- Public Affairs and Congressional Legislative Liaison
- Logistics and Administrative Support
- Program Management, Acquisition Management, and Business Financial Management
- Corporate Operations, Environmental Consulting, Engineering and Analysis
- Industrial Operations and Infrastructure Planning, and Shipyard Support
Contract Details
- Opportunity Type: Sources Sought / Request for Information
- Product Service Code: R408 (Program Management/Support Services)
- Anticipated Duration: Base period of one (1) year, plus four (4) one-year options, totaling 5 years.
- Place of Performance: Primarily Government facilities at Washington Navy Yard and the four public nuclear shipyards (Pearl Harbor, HI; Puget Sound, WA; Kittery, ME; and Portsmouth, VA), with at least 75% on-site work required.
- Security Requirements: Contractor personnel will require CONFIDENTIAL clearance, a Tier 3 background investigation, and access to Controlled Unclassified Information (CUI).
Submission Requirements
Interested parties should submit responses addressing their:
- Ability to manage the effort as a prime contractor, based on the draft Statement of Work (SOW).
- Technical ability to perform requirements, with examples of similar experience.
- For Other-Than-Small-Businesses: Approach to maximizing Small Business participation.
- Any other relevant information for acquisition strategy development. Responses must not exceed 20 pages.
Key Dates & Contacts
- Response Deadline: May 14, 2026, 2:00 PM EDT
- Question Deadline: May 6, 2026, 2:00 PM EDT
- Submission: Email responses to Pedro Rivas (pedro.rivas13.civ@us.navy.mil) and Dorcas Anthonio (dorcas.anthonio.civ@us.navy.mil).
- Primary Contact: Dorcas Anthonio (dorcas.anthonio.civ@us.navy.mil, 951-393-4270)
- Secondary Contact: Pedro Rivas (pedro.rivas13.civ@us.navy.mil, 951-393-4535)
Attachments
- Attachment 1: Statement of Work (SOW)
- Attachment 2: Level-of-Effort (LOE) Matrix
Disclaimer
This is for informational purposes only and does not constitute a Request for Proposals. No contract award is guaranteed, and no funds are available for response preparation.