Fleet Advanced Tactics Training Support
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 / NAVSUP Fleet Logistics Center Norfolk is conducting market research through a Sources Sought Notice to identify qualified industry partners for Fleet Advanced Tactics Training Support. This effort seeks to develop doctrine, tactics, techniques, and procedures (TTP), and provide advanced tactics training in critical Navy Information Warfare (IW) mission areas. Responses are due by May 13, 2026, at 10:00 AM EST.
Scope of Work
The contractor shall provide non-personal support for the Naval Information Warfighting Development Center (NIWDC). This includes:
- Developing, validating, standardizing, and revising up to five Concepts of Operations (CONOPS)/doctrine/TTP annually.
- Providing analyses for advanced IW training events and assessing training effectiveness.
- Identifying and updating training requirements metrics for IW readiness.
- Delivering advanced IW training at individual, unit, group, integrated, and joint levels.
- Supporting NIWDC Live Virtual and Constructive (LVC) training.
- Preparing project objectives, milestone plans, briefings, and white papers. Key IW mission areas include Information Operations (IO), Electronic Warfare (EW), Cryptology, Command & Control (C2) systems, Cyber Operations (CO) (specifically Defensive Cyber Operations (DCO) and DODIN operations), Meteorology & Oceanography (METOC), Space Operations, and Intelligence (INTEL).
Contract & Timeline
- Opportunity Type: Sources Sought / Request for Information (RFI)
- Anticipated Contract Type: Firm-Fixed-Price (FFP) for Commercial items.
- Anticipated Period of Performance: A 12-month base period with four (4) 12-month option years, estimated to start September 28, 2026.
- Anticipated NAICS Code: 541513 - Computer Facilities Management Services (Small Business Size Standard: $37M).
- Set-Aside: Not determined; this RFI is for market research to assess industry capabilities and potential small business participation.
- Response Due: May 13, 2026, 10:00 AM EST.
- Published: April 30, 2026.
Response Requirements
Interested sources should submit responses not exceeding 10 pages (12-point font) via email. Submissions must include:
- Company information (name, address, POC, CAGE Code).
- Contract vehicle information (e.g., Seaport NxG, GSA Schedule).
- Business size (Large, Small, 8(a), Hubzone, etc.).
- Estimated Rough Order of Magnitude (ROM).
- Verification of an active SAM registration and TOP SECRET Facilities Clearance.
- A capability statement detailing ability to provide services, including relevant past performance (last 5 years).
- Identification of any conditions that may interfere with the project.
Special Requirements
Subject Matter Experts (SMEs) require a Top Secret/Sensitive Compartmented Information (TS/SCI) clearance, adjudicated and eligible for transfer on the first day of performance (interim clearances are not accepted). SMEs must possess a minimum of 10 years of experience in Fleet/Navy IW mission areas, with expertise in CONOPS development, Navy C5I systems, and warfighting.
Additional Notes
This notice is for planning and market research purposes only and does not constitute a solicitation or commitment to award a contract. The Government will not pay for information submitted, nor will respondents be notified of results. Proprietary information should be marked accordingly.
Contact: William Spencer (william.p.spencer.civ@us.navy.mil).