PROPERTY MANAGMEMENT AND ACCOUNTABILITY SUPPORT SERVICES; PSC R425, NAICS 541330
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 (NSWC), Crane Division is conducting a Sources Sought/Request for Information (RFI) to identify qualified SeaPort-NxG MAC holders (Prime/Subcontractors) capable of providing Property Management and Accountability Support Services (PMASS). This market research aims to determine industry capabilities and potential small business participation for an anticipated Cost-Plus-Fixed-Fee (CPFF), Level of Effort (LOE) contract. Responses are due by February 23, 2026.
Scope of Work
This effort supports NSWC Crane's Property Management Division (Code 107) by providing professional, technical, and management support services across various property lifecycle stages. Key services include:
- Acquisition and Receipt
- Material Management
- Inventory Management and Accountability
- Audit Readiness and Compliance
- Movement, Transfer, and Shipping
- Disposition and Disposal
The attached Draft Statement of Work (SOW) further details task areas such as Reliability, Maintainability, and Availability (RM&A) Support, Inactivation and Disposal Support, Financial Analysis, Quality Assurance, Functional and Direct Programmatic Administrative Support, Professional Development and Training, Analytical and Organizational Assessment, and Database Administration.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Anticipated Contract Type: Cost-Plus-Fixed-Fee (CPFF), Level of Effort (LOE)
- Duration: One-year base with four (4) option years
- Estimated LOE: 103 FTEs per year or 981,200 hours, plus 10% surge labor hours
- NAICS: 541330 (Engineering Services)
- PSC: R425 (Support-Professional: Engineering/Technical)
- Set-Aside: None specified (market research stage); intent to determine small business participation.
- Response Due: February 23, 2026
- Published: February 9, 2026
- Place of Performance: NSWC Crane, IN
Submission Requirements
Respondents must submit electronic capability statements (Microsoft Office Suite 365 or Adobe 25.x compatible) by the deadline. Submissions must:
- Reference N0016426SNB31.
- Be sent to heather.m.krout.civ@us.navy.mil and angela.m.schaefer2.civ@us.navy.mil.
- Include Industry Point of Contact (POC) information.
- Be typed in Times New Roman, 12-point font, not exceeding 10 pages.
- Include business size status for the prime and all anticipated team members, and the MAC Contract Number.
- Clearly mark any proprietary information.
Special Requirements
- Work will be performed under the SeaPort-NxG Multiple Award Contract (MAC).
- Requires management of Government Furnished Property (GFP) in accordance with FAR Part 45 and DFARS Part 245.
- Personnel performing Cyber IT/Cybersecurity functions must meet specific training and certification requirements.
- Performance may require access to classified information up to the SECRET level, necessitating a SECRET facility security clearance.
- The contractor will be required to provide various reports as detailed in Contract Data Requirements Lists (CDRLs).
Additional Notes
This notice is for informational and market research purposes only and is not a request for proposals. The government will not pay for information received. Incumbent contractors for associated services include Banner Quality Management, Inc. and ASJ IT Services, LLC.