SATCOM NAVIFOR
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 Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk is conducting a Sources Sought to identify qualified and experienced Total Small Business sources for Navy Information Forces Command (NAVIFOR) contractor support services. This effort aims to develop a contract vehicle for Resilient Command, Control, and Communications (RC3), Information Technology (IT) Transport & Networks, and Naval Computer and Telecommunications Platforms (NCTP) C5I Shore Command's Core Tactical Baseline Requirements. The primary place of performance is Suffolk, VA. Responses are due by March 08, 2026.
Scope of Work
The contractor will provide non-personal services to assist NAVIFOR N8 Directorate in identifying requirements and capability gaps related to RC3, IT Transport & Networks, NCTP C5I Shore Command's Core Tactical Baseline, and Ready Relevant Learning (RRL) Information Systems and Transport (IS&T). Key functions include:
- Supporting afloat and ashore radio frequency (RF) and satellite communications (SATCOM), IT Transport & Networks.
- Analyzing solution options to counter current and future threats.
- Developing end-to-end integrated capabilities for RC3, IT Transport & Networks, RRL, and C5I Core Tactical Baseline, including DOTMLPF-P considerations and CONOPS development.
- Specific tasks involve research, data analysis, requirements development, coordination with Navy and DOD entities, and providing subject matter expertise in areas such as SATCOM, C5I, and IT Transport & Networks.
Contract & Timeline
- Opportunity Type: Sources Sought / Request for Information
- Anticipated Contract Type: Firm Fixed-Price Purchase Order
- NAICS Code: 541611 (Management Consulting Services)
- Size Standard: $24.5M
- Set-Aside: Total Small Business
- Anticipated Period of Performance: One 12-month base year with four 12-month option periods, plus a potential six-month extension.
- Response Due: March 08, 2026, by 12 PM EST
- Published Date: April 01, 2026
Submission Requirements
Interested Total Small Businesses must submit a capability statement (limited to five type-written pages, 10-point font minimum) demonstrating their ability to meet the draft Performance Work Statement (PWS) requirements, including relevant past performance within the last five years. Submissions must also include:
- Company name, address, Point of Contact (POC), CAGE code.
- GSA/SeaPort-NxG contract numbers (if applicable).
- SBA certification with exit date.
- Estimated Rough Order of Magnitude (ROM) for salaries.
- Proof of Top Secret Facility/SCI Clearance. Responses should reference "SATCOM" and be emailed to valara.r.cheristin.civ@us.navy.mil.
Special Requirements
Contractor personnel require specific expertise in requirements development, doctrine, experimentation, SATCOM, and IT Transport & Networks. Certain Subject Matter Expert (SME) roles will require Top Secret (SCI) security clearance. Personnel will need access to US Government installations and IT systems, necessitating background investigations and appropriate clearances. Travel is required.
Additional Notes
This is a planning document, not a solicitation, and no contract will be awarded from this notice. The government will not pay for information submitted and is not obligated to answer questions or notify respondents of results. Information provided may be updated prior to an official solicitation.