Request for Information - One Touch 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, specifically NAVSUP FLT LOG CTR NORFOLK, has issued a Request for Information (RFI) for One Touch Support (OTS). This RFI seeks to identify capable industry resources for software engineering and development support to sustain, maintain, and enhance the NAVSUP OTS system, providing worldwide fleet support. The effort aims to transition from legacy development to industry best practices, utilizing Agile Scrum methodologies. Responses are due by March 11, 2026.
Purpose & Scope of Work
This RFI is for market research to obtain contractor support services for the NAVSUP OTS system. The scope includes:
- Agile Software Delivery Support: Including Agile Release Teams and Versatilist roles.
- Mentoring and Knowledge Transfer Services.
- Cybersecurity Support.
- Transition Support. The contractor will evolve NAVSUP OTS capabilities to support Government-prioritized features using Agile and Sprint-based development. The objective is to move towards rapid, secure software development.
Key Requirements & Contractor Expertise
Contractor personnel must possess experience in Navy supply processes, DoD policies, Electronic Data Interchange (EDI), DLMS X12, XML, MS Azure DevOps, Git, and Agile practices. Specific technical expertise is required in Java Web Development, Web Services, APIs, IBM MQ Series, Object Oriented Programming, Oracle 12c, Eclipse IDE, Cloud Computing (Amazon AWS), Software Containerization, and Jupiter/Advana. Required certifications include IA Certification Level IAT-2 and Baseline Certification CompTIA Security+ CE. Compliance with DoD 8570.01-M for cybersecurity workforce qualifications, background investigations, and security approvals are mandatory.
Contract Details & Timeline
- Opportunity Type: Sources Sought (Request for Information)
- Place of Performance: Primarily NAVSUP Business System Center (BSC), Mechanicsburg, PA, with authorized remote work.
- Anticipated Period of Performance: A 12-month base period (expected to begin September 22, 2026), four (4) 12-month option periods, and one (1) option period up to six months.
- Set-Aside: None specified; however, small businesses are encouraged to participate and provide their socio-economic status.
Submission Requirements & Deadline
Interested parties must submit a Statement of Technical Capabilities (SOC), not exceeding 10 pages. The SOC should include general company information (Name, POC, CAGE, UEI, Business Size) and detailed responses to 14 specific questions demonstrating technical capabilities, experience with Navy supply, Agile methodologies, past contracts, suggested GWAC/IDIQs, staffing ability, labor categories/rates, NAICS codes, and experience with various technical standards and processes. Responses are due by 10:00 AM Eastern Standard Time, Wednesday, March 11, 2026. Submissions should be emailed to Denise Lee at denise.l.lee24.civ@us.navy.mil.
Additional Notes
This RFI is for information and planning purposes only and does not constitute a solicitation. The Government will not pay for submission costs, and responses will not be returned. Not responding does not preclude future participation.