31-0045; Database & Software Development Seaport
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, Philadelphia Division (NSWCPD) is conducting a Sources Sought for NAVLOG TD C/312 Logistics Data Management Support. This market research aims to identify qualified Small Business concerns for an anticipated 5-year Cost Plus Fixed Fee - Level of Effort Seaport contract. Capability statements are due by May 21, 2026, 4:00 PM ET.
Purpose & Scope
NSWCPD seeks non-personal services to support Logistics Data Management for the Naval Logistics Technical Data Repository (NAVLOGTD) and related systems, including Model Based Product Support (MBPS) and the Navy Publishing Application (NPA). The scope of work encompasses:
- Program Management
- Application, Database, and Active Directory Administration
- Software and Application Development
- Cybersecurity and Risk Management Framework (RMF) support
- Technical Data Subject Matter Expert (SME) support for Technical Manuals (TM), Engineering Operational Sequencing System (EOSS), MBPS, and Combat System Operational Sequencing System (CSOSS) databases within NAVLOGTD.
Services also involve troubleshooting, maintenance, enhancement, system upgrades, help desk support, data analysis, and continuous system improvement.
Contract Details
The anticipated contract is a Cost Plus Fixed Fee - Level of Effort Seaport Task Order, with a period of performance of approximately 5 years (1 base period + 4 option periods). An RFP is anticipated in October 2026. The current incumbent for these services is EHS Technologies Corp.
Submission Requirements
Interested Small Business concerns (including HUBZone, 8(a) Small Disadvantaged Businesses (SDB), and Service Disabled Veteran-Owned Small Businesses (SDVOSB)) must submit a capability statement (maximum 10 pages) by 4:00 PM ET on May 21, 2026. Submissions shall be unclassified, electronic, and emailed to jenny.e.tomeo.civ@us.navy.mil with "N64498-26-RFPREQ-PD-31-0045" in the subject line. Statements must address the contractor's ability to manage the tasking, perform at least 50% of the cost with their own personnel, and demonstrate capacity (magnitude, equipment, facilities, staff size) to meet SOW requirements.
Key Requirements & Security
Personnel will require a Secret security clearance and U.S. citizenship. Performance will primarily be at contractor facilities (estimated 99%), with 1% on-site at NSWCPD Philadelphia, PA. Adherence to various DoD security regulations (e.g., DoD 5220.22-M, DoD 8140.01) and specific Cybersecurity Workforce (CSWF) certifications are mandatory. A Facility Security Clearance (FCL) may be required.
Disclaimer
This is a Sources Sought notice for market research purposes only and does NOT constitute a Request for Proposal or a commitment by the Government. The Government will not pay for any information received.