This announcement constitutes a Sources Sought Notice (SSN) for information and planning purposes in accordance with FAR Part 10 (Market Research)– it is not a pre-solicitation notice and does not constitute a Request for Proposal (RFP) or Request for Quote (RFQ) or a promise to issue an RFP or RFQ in the future. This notice does not commit the Government to contract for any supply or service whatsoever. Furthermore, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this notice; all costs associated with responding to this notice will be solely at the interested party’s expense. Any information provided by the Government at this time is preliminary and may be updated or changed prior to release of a formal solicitation.
1. Description
The Naval Supply Center (NAVSUP) Fleet Logistics Center (FLC) Norfolk, Contracting Department, is seeking to identify qualified sources for an indefinite delivery, indefinite quantity (IDIQ) contract vehicle to establish the Shore Equipment Installation and Maintenance Management Program (SEIMMP). The SEIMMP program will provide technical direction and labor for engineering, installation, and maintenance of electronic systems and equipment and their associated infrastructure in support of Fleet Cyber Command/Commander, U.S. 10th Fleet (FCC/C10F) and other entities as directed for security, cyber, and other IT-related mission requirements. Please see the attached draft Performance Work Statement (PWS) for additional details.
The anticipated North American Industry Classification System (NAICS) code for this requirement is 541330 – Engineering Services with the Small Business Size Standard of $25.5M. The anticipated Product/Service Code (PSC) for this requirement is J059 – Maintenance/Repair/Rebuild of Equipment - Electrical and Electronic Equipment Components.
2. Requested Information
It is requested that interested parties respond to this posting no later than 1300 EST on Monday, 30 June 2025 via email to Mr. Ethan Othersen <[email protected]> and Mr. Jacob Gephart <[email protected]>. Responses to this Sources Sought Notice should reference N0018925SEIMMP and shall include the following information:
1) Cover Sheet that includes:
2) Capability statement displaying the contractor’s experience and ability to fulfill the requirement pursuant to the attached PWS. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and resources to compete for this acquisition. Standard company brochures will not be reviewed. Document submissions shall not exceed 10 pages in length.
3. Summary
This is not a Request for Proposals – this is a Sources Sought Notice only to identify potential sources capable of providing the required supplies/services. Respondents will not be notified of the results. Please note the information within this Sources Sought Notice will be updated and/or may change prior to official synopsis/solicitation, if any is issued. The Government has not made a commitment to procure any of the items discussed, and release of this notice should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. The Government will neither award a contract solely on the basis of this notice, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. Any information provided by the Government at this time is preliminary and may be updated or changed prior to release of a formal solicitation. All submissions become Government property and will not be returned.
NOTE: Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released.