Enterprise Cloud 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 Supply Center (NAVSUP) Fleet Logistics Center (FLC) Norfolk has issued a Sources Sought notice for Enterprise Cloud Services. This is for information and planning purposes to identify qualified and experienced sources for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) Contract supporting the Naval Network Warfare Command (NNWC). A DRAFT Performance Work Statement (PWS) is attached. Responses are due March 5, 2026, at 1:00 PM EST.
Scope of Work
The PWS defines requirements for the operations, sustainment, management, and defense of the Government's enterprise cloud and network ecosystem, with a primary focus on 24x7 service operations. This includes Microsoft Azure, Microsoft 365, Intune-managed endpoints, SD-WAN, and other Cloud Service Provider (CSP) environments. Services cover Impact Levels (IL) 4, 5, and 6, supporting Controlled Unclassified Information (CUI), Classified Information, and Navy Nuclear Propulsion Information (NNPI). Key areas include cloud and tenant operations, network and SD-WAN management, endpoint management, cybersecurity defense, ITSM functions, performance monitoring, and continual service improvement.
Contract & Timeline
- Opportunity Type: Sources Sought (for a Multiple Award IDIQ)
- Anticipated NAICS: 518210 - Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services (Small Business Size Standard: $40M)
- Set-Aside: Government is considering a small business set-aside.
- Response Due: March 5, 2026, 1:00 PM EST
- Published: February 19, 2026
- Anticipated Period of Performance: One 5-year base period (February 25, 2027 – February 24, 2032) with a six-month extension option.
- Place of Performance: Primary location is Naval Network Warfare Command, Suffolk, Virginia, with secondary locations at designated government facilities (e.g., W-143 Norfolk, Virginia; Chesapeake Facility). Local telework via authorized VPN is permitted.
Submission Requirements
Respondents must provide:
- Company information (name, address, POC, phone, email)
- Contractor and Government Entity (CAGE) Code
- Business size (Large, Small, 8(a), Hubzone, Woman-owned, Service Disabled Veteran-owned)
- Copy of active SAM.gov registration
- Confirmation of TOP SECRET Facilities Clearance Level
- Capability statement (max 10 pages) with past performance (relevant to similar work within the last 5 years, including contract numbers, dollar value, and period of performance)
- Identification of any conditions or issues that may interfere with the project.
Eligibility / Set-Aside
A TOP SECRET Facilities Clearance is required. If a small business set-aside is determined, potential small business prime contractors must be capable of performing at least 50% of the effort.
Additional Notes
This is for planning and market research only and does not constitute a solicitation. The government will not pay for information submitted. Proprietary information should be clearly marked. Information may be updated or changed prior to an official synopsis/solicitation.