RMIC and IRM Project Management 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 Department of the Navy / NAVSUP FLT LOG CTR NORFOLK is conducting a Sources Sought / Request for Information (RFI) to identify qualified contractors for Risk Management and Internal Control (RMIC) and Integrated Risk Management (IRM) Project Management Support Services for the U.S. Fleet Forces Command (USFFC). This RFI aims to gauge industry capabilities for an anticipated Firm Fixed-Price follow-on contract. Responses are due February 26, 2026, at 8 AM.
Scope of Work
The contractor will provide support services to USFFC for all RMIC and IRM matters, assisting in the development, implementation, and execution of these programs. This includes:
- Assisting with RMIC instructions, annual risk assessments, internal control evaluations, corrective action plans, entity-level controls, and annual certification statements of assurance.
- Advising and coordinating with stakeholders on fraud risk assessment, entity-level controls evaluation, risk management, and internal control evaluation.
- Providing program management and execution support.
Contract & Timeline
- Opportunity Type: Sources Sought / Request for Information (RFI). This is not a solicitation.
- Anticipated Contract Type: Firm, Fixed-Price.
- Follow-on to: N0018921P0663 (Blake Willson Group, LLC).
- Anticipated Period of Performance: One 12-month base period, four 12-month option periods, and a six-month option period (per FAR 52.217-8).
- Anticipated Start Date: September 28, 2026.
- Place of Performance: Naval Support Activity (NSA) Hampton Roads, Virginia. Remote work may be permitted.
- Set-Aside: None specified for this RFI (market research stage). Small business considerations are requested.
- Response Due: February 26, 2026, at 8 AM.
- Published: February 19, 2026.
Personnel & Security Requirements (for anticipated contract)
- Personnel must be eligible for a SECRET security clearance and require base access.
- Qualified technical personnel with knowledge of relevant federal laws, OMB circulars, DoD instructions, and Navy directives related to RMIC and IRM.
- Minimum of four years of experience and a Bachelor's degree in a related field.
- Strong analytical and communication skills.
Submission Requirements
Interested businesses should submit a Statement of Capabilities (maximum 5 pages, 12-point font) via email to the primary contact. Submissions must include:
- Full business name, address, CAGE code, contact information.
- Business size (based on NAICS code 541611), SAM.gov registration status, and ownership details.
- Recent and relevant experience related to the draft Performance Work Statement (PWS).
- Proof of a current Secret facilities clearance level.
- Small businesses should detail how they would meet FAR 52.219-14 (Limitations on Subcontracting) if a set-aside is considered.
Contact Information
Primary Point of Contact: Jana Popovich (jana.p.popovich.civ@us.navy.mil). All inquiries must be in writing via email.