R408 - Engineering and Technical Support (ETS) for Office of Naval Intelligence (ONI)
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.
The NAVSUP Fleet Logistics Center (FLC) Norfolk, Contracting Department, Mechanicsburg Office intends to solicit and negotiate an Indefinite Delivery, Indefinite Quantity (IDIQ) type contract for support for the Office of Naval Intelligence (ONI). The Government intends to solicit this requirement unrestricted using the procedures in FAR Part 15 Contracting by Negotiations. The Small Business office has reviewed this market research and concurs with the acquisition strategy identified herein. Award will be made on a best value (trade-off) basis. This requirement will be solicited as a single award IDIQ contract that contains terms and conditions for the placement of Firm-Fixed-Price (FFP) orders.
The NAVSUP Fleet Logistics Center Norfolk intends to acquire a broad range of Engineering and Technical Support (ETS) services. ETS services provided by the Contractor shall encompass multiple activities associated with the intelligence systems and applications that fall under the responsibility of the Hopper Global Communication Center (Hopper GCC). These services will include supporting systems in the field, establishing new customers and maintaining integrated systems directly supported by Hopper or under an approved agreement. Systems and application support will be required on multiple networks, including multiple SCI networks, limited enterprise application support on Secret Internet Protocol Router Network (SIPRNet) and Non-classified Internet Protocol Router Network (NIPRNet), and various Coalition networks, within the National Maritime Intelligence Center (NMIC) facility and in multiple physical locations worldwide.
The execution of ETS services involves multiple information technology disciplines to design, integrate, test, certify, and field new technologies as well as provide training and sustainment activities for HGCC enterprise systems.
The four-year ordering period is anticipated to begin on 1 December 202. The performance period will end one-year after the end of the ordering period. The Product Service Code (PSC) and North American Industry Classification System (NAICS) codes applicable to this follow-on requirement are R408 (Support-Professional: Program Management/Support) and 541618 (Other Management Consulting Services), respectively. The Small Business size standard associated with NAICS 541618 is $19M.
Interested offerors can contact Danielle Udinson via email at danielle.r.udinson.civ@us.navy.mil to express interest in the requirement.
Such inquiries should include the following in the subject line of the email: NITES 3 - N00189-25-R-Z115 - Synopsis Response. The solicitation will be made available electronically upon its release. Paper copies, faxed copies, or email copies of the solicitation will not be provided. Interested parties are solely responsible for monitoring for posting of the solicitation and any amendments thereto. The Government will not pay for information received in response to this notice.