Declassification 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, on behalf of the Joint Staff Declassification Branch, has issued a Sources Sought Notice for Declassification Support Services. This market research aims to identify potential sources capable of providing technical and administrative support for declassification review, action processing, and tracking of record material. This is a follow-on requirement to an existing Task Order (N0018923F3022) previously awarded under SeaPort-NxG. Responses are due by April 16, 2026, at 5:00 PM ET.
Scope of Work
The requirement involves providing comprehensive declassification support, including page-by-page, line-by-line reviews for various request types such as Automatic Declassification (AD), Freedom of Information Act (FOIA), Mandatory Declassification Review (MDR), Security Review (SR), Department of State Foreign Relations of the United States (FRUS), and Special Review (SPR). Services will primarily be performed within the National Capital Region (NCR), including the Pentagon and the NARA facility in College Park, MD. The contractor must provide staffing, equipment, and materials. Key personnel require an active Top Secret (TS) clearance with Sensitive Compartmented Information (SCI) eligibility, and the contractor must possess an active Top Secret Facility Clearance Level (FCL) accredited for SCI storage.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 541330 (Engineering Services), Size Standard: $25.5 million
- Anticipated Award: Prior to May 2026
- Anticipated Start: May 25, 2026
- Period of Performance: A 12-month base period, four 12-month option periods, and a six-month option period, extending through November 2031.
- Response Due: April 16, 2026, 5:00 PM ET
Submission Requirements
Prospective quoters must submit a tailored executive summary, no more than five (5) pages in length, via email to david.m.benham.civ@us.navy.mil. The submission should include:
- Company Information: Name, address, email, website, POC, phone, and prime/subcontractor role.
- CAGE Codes: For all prime and subcontractor prospective quoters.
- Business Size: For all prime and subcontractor prospective quoters (e.g., Large, Small, 8(a), WOSB, SDVOSB).
- Capability and Past Performance: A tailored statement demonstrating ability to perform PWS requirements, including relevant past performance within the last five years (contract number, value, period, description, customer POC).
Additional Notes
This is solely for market research and planning purposes and does not constitute a solicitation or commitment by the Government. The Government will not pay for information received, and respondents will not be notified of results. Firms should indicate if they are currently awarded or intend to pursue a SeaPort-NxG contract.