VAMOSC
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 seeking cost analysis support services for the Naval Cost Agency (NCA), specifically for the VAMOSC (Visibility and Management of Operating and Support Costs) program. This solicitation, issued under FAR 16.5 via the SeaPort program, is exclusively open to SeaPort NxG Prime Contract Holders. The requirement involves supporting Independent Cost Estimates (ICEs), Component Cost Estimates (CCEs), and Component Cost Positions (CCPs) for DON acquisition programs.
Scope of Work
The contractor will provide comprehensive support for the VAMOSC program, including:
- Database Enhancement & Modernization: Improving reporting, integrating new data sources, linking to budget systems, and enhancing system performance.
- Database Operations & Updates: Maintaining Naval VAMOSC databases with a target of 95% accuracy and ensuring timely data publication.
- IT System Administration: Providing full IT system administration for the Naval VAMOSC System, covering AWS GovCloud, Oracle databases, middleware, and websites, while ensuring DoD/Navy Information Assurance and Risk Management Framework (RMF) compliance.
- VAMOSC User Support: Managing user accounts, responding to data requests, updating documentation, and developing training materials.
- Cloud Migration: Executing strategies for migrating large databases and software applications to the cloud.
- Training Management: Establishing and managing a training plan.
- Risk Mitigation & Resource Planning: Developing strategies for solicitation and performance risks, and providing resource allocation and employee recruitment/retention plans. Deliverables are specified in Contract Data Requirements Lists (CDRLs) and Performance Standards (DD-1423 forms).
Contract Details
- Contract Type: Firm-Fixed-Price (FFP).
- Period of Performance: Up to 60 months, structured as five (5) 12-month firm-fixed-price CLINs. Anticipated start date is June 16, 2026.
- Place of Performance: Predominantly in the National Capital Region (NCR), with approximately 30% at Government facilities and 70% at contractor facilities within the NCR.
- Set-Aside: 100% Full and Open Competition.
- Eligibility: Only SeaPort NxG Prime Contract Holders are eligible to participate.
Submission & Evaluation
This is a two-step submission process:
- Step One (Experience Description): Due May 14, 2026, 12:00 PM Philadelphia time. Submit a maximum two-page description of experience demonstrating viability and SeaPort NxG Prime Contract Holder status.
- Questions Deadline: May 7, 2026, 3:00 PM Philadelphia time.
- Step Two (Quotes): Viable competitors from Step One will be invited to submit non-price/cost and cost/price quotes. Due May 26, 2026, 12:00 PM Philadelphia time.
- Submission Method: Email only.
- Evaluation: Fair opportunity evaluation. Non-price factors (Performance Approach, Past Performance, Socio-Economic Plan) are more important than price. Performance Approach and Past Performance are of equal importance. A rating below "Acceptable" in any non-price factor or "Satisfactory Confidence" in Past Performance will result in ineligibility.
Additional Notes
This is a follow-on requirement to N00189-21-F-3027. A 30-day unreimbursed start-up period is required. Attachments include a Past Performance Information Form, CDRLs, CAP FFP, and a Quality Assurance Surveillance Plan (QASP). Limitations on Subcontracting (FAR 52.219-14) apply.