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 Naval Surface Warfare Center, Corona Division is conducting market research via a Sources Sought/Request for Information (RFI) for Shipyard Infrastructure Optimization Program (SIOP) Support Services. This RFI seeks to identify qualified Other-Than-Small-Business and Small Business industry partners capable of providing comprehensive programmatic, technical, and administrative services for the Navy's SIOP. Responses are due May 14, 2026.
Scope of Work
This opportunity supports the Navy's critical SIOP, which aims to recapitalize and modernize infrastructure at four public nuclear shipyards: Pearl Harbor, Puget Sound, Norfolk, and Portsmouth Naval Shipyards. The primary objective is to improve productivity, increase maintenance throughput, and enhance the Navy's combat readiness by addressing aging infrastructure and implementing technology innovations.
The anticipated follow-on contract will require recurring comprehensive programmatic, technical, and administrative services. These include:
- 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
The contractor will provide program management support to the Program Executive Office, Infrastructure Expeditionary (PEO IE) and the SIOP Program Management Office (PMO) 555, managing SIOP to meet performance, cost, and schedule targets, defining upgrades, executing contracting and acquisition strategies, ensuring environmental compliance, and facilitating technology insertion.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Anticipated Duration: One (1) year base period with four (4) one-year options, totaling a potential of 5 years.
- Set-Aside: None specified; market research is open to Other-Than-Small-Business and Small Business industry partners.
- Response Due: May 14, 2026, 6:00 PM ET
- Published: April 29, 2026
Key Attachments & Requirements
An Attachment 1: Labor Requirements document outlines draft labor categories, their corresponding levels, and Full-Time Equivalent (FTE) requirements. It details minimum experience and education/training for specific labor levels, crucial for understanding staffing needs and personnel qualifications. This includes definitions for Level I and Level II for most labor categories.
Additional Notes
This notice is for market research purposes only to assist in developing acquisition strategies for an anticipated follow-on effort. It does not constitute a solicitation or guarantee a future award. Interested parties are requested to respond to this announcement to demonstrate capabilities.