SATCOM NAVIFOR
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 Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk is conducting a Sources Sought to identify qualified and experienced sources for contractor support services for Navy Information Forces Command (NAVIFOR). This effort aims to establish a contract vehicle for Resilient Command, Control, and Communications (RC3), IT Transport & Networks, and C5I Shore Command's Core Tactical Baseline Requirements. The acquisition strategy has changed from Small Business Set-Aside to Unrestricted. Responses are due by March 8, 2026, at 12 PM EST.
Scope of Work
The contractor will provide non-personal services to assist NAVIFOR N8 Directorate in developing and executing strategies for RC3, IT Transport & Networks, Naval Computer and Telecommunications Platforms (NCTP) C5I Shore Command's Core Tactical Baseline, and Ready Relevant Learning (RRL) Information Systems and Transport (IS&T) requirements. This includes identifying capability gaps, supporting afloat and ashore RF and SATCOM, analyzing solution options, and developing end-to-end integrated capabilities. Specific tasks involve research, data analysis, requirements development, coordination with Navy/DOD entities, and subject matter expertise in SATCOM, C5I, and IT Transport & Networks. The primary place of performance is NAVIFOR in Suffolk, VA, with potential travel required.
Contract Details
- Opportunity Type: Sources Sought (for planning purposes only)
- Anticipated Contract Type: Firm Fixed-Price
- NAICS Code: 541611 (Management Consulting Services)
- Size Standard: $24.5 Million
- Period of Performance: A twelve (12) month base period with four (4) twelve (12) month option periods, plus a potential six (6) month extension.
- Set-Aside: Unrestricted (changed from Small Business Set-Aside)
Submission Requirements
Interested sources must submit responses by March 8, 2026, at 12 PM EST, via email to valara.r.cheristin.civ@us.navy.mil. Submissions are limited to five (5) typewritten pages (10-point font minimum) and must include:
- Company name, address, Point of Contact (POC) details.
- CAGE Code.
- GSA Schedule or SeaPort-NxG contract numbers (if applicable).
- Estimated Rough Order of Magnitude (ROM) for proposed employee salaries.
- Proof of Top Secret Facility/SCI Clearance.
- A capability statement demonstrating ability to meet the DRAFT PWS requirements, including relevant past performance (within the last 5 years, with contract details).
- Questions, comments, or feedback regarding the draft PWS or planned contract type.
Additional Notes
This is a Sources Sought notice for planning purposes only and is not a solicitation. No contract will be awarded based on this notice, and the Government will not pay for information submitted. A draft Performance Work Statement (PWS) is attached for review. The information provided may be updated or changed prior to an official synopsis/solicitation.