ONR Research Protections Division (343) and the Department of the Navy (DON) Human Research Protection Program (HRPP) Research Protections Information Technology Management System (RPITMS) 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 Office of Naval Research (ONR) Research Protections Division (343) and the Department of the Navy (DON) Human Research Protection Program (HRPP) have issued a Request for Information (RFI) and Sources Sought (SS) for Research Protections Information Technology Management System (RPITMS) Support Services. This notice seeks to identify capable sources for operating, maintaining, enhancing, and updating the RPITMS, which is built on the Microsoft 365 platform within the Navy Flank Speed (NFS) cloud-hosted tenant. Responses are due by April 15, 2026, at 1200 Eastern.
Scope of Work
The requirement involves comprehensive software development lifecycle management for RPITMS, utilizing Agile Scrum methodology. Key tasks include:
- Operations & Maintenance: Program management, standard procedures, Agile Scrum (Azure DevOps), Change Control Board (CCB) process, performance reporting, and coordination for M365 platform upgrades.
- System Enhancement: Supporting DON regulatory requirements, data structure management, UI design, Section 508 compliance, and developing/testing solutions within approved Navy-managed environments.
- Deployment & Testing: Managing DEV/PROD environments, system health monitoring, full SDLC, configuration management, test plan execution, and defect documentation.
- User Support & Training: Providing help desk services, end-user training, developing training materials, and managing system change notifications.
The system's core technical components are Microsoft SharePoint Online, Power Apps, Power Automate, and Power BI.
Intended Contract Details
- Opportunity Type: Request for Information / Sources Sought (not an RFP).
- NAICS: 541330 (Engineering Services) with a $25.5M size standard.
- PSC: R408 (Program Management/Support Services).
- Vehicle: Government intends to use Navy Seaport for a single task order award.
- Contract Type: Firm Fixed Price Level of Effort for Labor and Cost Reimbursement (no fee) for Other Direct Costs (ODCs).
- Period of Performance: Anticipated 60 months (5 years) with a 6-month option, with an award planned around September 29, 2026.
- Incumbent: DISK Enterprises, contract N0017819D7525/N0001421F3006, valued at $5M, 60 months, Firm Fixed Price, designated Small Business, ending September 29, 2026.
- Security: No DD Form 254 required.
- Organizational Conflict of Interest (OCI): ONR has a policy regarding OCI for contractors performing both systems engineering and technical assistance (SETA) or support services and Research and Development (R&D) work.
Submission Requirements & RFI Questions
Responses must be submitted via email to Amy Anokye (amy.anokye.civ@us.navy.mil) by April 15, 2026, at 1200 Eastern. The submission should be a single attachment, including:
- Cover Page (not to exceed 1 page) with company details, CAGE Code, UEI, contact info, all applicable Small Business Type(s), and multiple award vehicles (e.g., GSA OASIS, Navy Seaport).
- Contractor Responses to Government Questions (not to exceed 10 pages). Questions cover:
- Overall project understanding and approach (operating, maintaining, enhancing RPITMS, maximizing investments, stakeholder interface).
- Technical capability and execution (Navy-managed environments, cybersecurity, reporting/KPIs, data migration, M365 platform experience).
- Personnel qualifications and experience (specifics for Senior Technology Analyst, Lead Technology Specialist, and team alignment to PWS/IGE).
- Program management and support (System Change Requests, help desk).
- Commerciality and compliance (commercial solutions, sales, SAM, VETS 4212, NIST Score, Cyber Security Model Levels).
- Contractor Comments/Edits/Recommendations to the Draft PWS and/or Draft CDRLs (unlimited pages).
This RFI includes Draft Performance Work Statement and Draft Contract Data Requirements List (CDRLs), which detail deliverables such as monthly status/financial reports, staffing plans, and management plans.
Important Note
This is for market research only and does not constitute a Request for Proposal or a commitment to contract. The Government will not reimburse for response preparation.