SOURCES SOUGHT
R -- Infrastructure Safety Support Services
- Notice Date
- 11/26/2025 11:02:30 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NAVAL UNDERSEA WARFARE CENTER KEYPORT WA 98345-7610 USA
- ZIP Code
- 98345-7610
- Solicitation Number
- RFISS-155
- Response Due
- 12/12/2025 2:00:00 PM
- Archive Date
- 12/12/2025
- Point of Contact
- Michelle Farrales, James Wasson
- E-Mail Address
-
michelle.a.farrales.civ@us.navy.mil, james.k.wasson.civ@us.navy.mil
(michelle.a.farrales.civ@us.navy.mil, james.k.wasson.civ@us.navy.mil)
- Description
- Instructions to Interested Parties: This is not a request for proposal and a task order will not be awarded from this questionnaire. We are requesting assistance from industry in the preparation of a Cost-Plus Fixed Fee (CPFF) Support Services SeaPort-NxG Task Order. This notice is for planning purposes only and is not to be construed as a commitment by the Government. This sources sought notice is for information planning purposes, the Government will not pay or otherwise reimburse respondents for information submitted, and it is not to be construed as a commitment by the Government. All questions shall be submitted via the SeaPortal utilizing the Question & Answer function in SeaPort-NxG. Specific company information will be kept confidential and will not be disseminated to the public. Any information submitted by respondents as a result of this sources sought notice is strictly voluntary. Note that questions/comments submitted in response to the draft Performance Work Statement/Statement of Work may not receive a response. However, all questions and comments will be reviewed by the Government to assist in identifying revisions to be incorporated in the Statement of Work. The deadline for submission of questions to this RFI is December 12, 2025. All documentation shall become the property of the Government. Requisition Number: RFISS � 155 INFRASTRUCTURE SAFETY SUPPORT SERVICES The North American Industry Classification System (NAICS) code selected for this acquisition NAIC 541330 - Military and Aerospace Equipment and Military Weapons. The small business size standard is $47 million per annum. Primary Product Service Code: R425 Technical and Engineering Services (non-IT) The task order is anticipated to be performance-based, on a Cost-Plus Fixed Fee (CPFF) basis. It is anticipated that the award of the task order will be made on a best value basis to the Government and a trade-off analysis will be performed; taking into consideration technical capability, management, past performance, small business utilization, and price. The RFP is anticipated to include requirements for a Base year contract with (4) option years. An Industry Day is not anticipated for this effort. The Government does not anticipate releasing a draft RFP. Incumbent: McLaughlin Research Corporation, Task Order #: N0017819D8089 / N0025322F3001 Responses to this RFI shall be submitted via email michelle.a.farrales.civ@us.navy.mil. The contractor will be tasked to accomplish the work as specified in the draft Statement of Work (SOW) attached to this Questionnaire. Attachments referenced in the draft SOW are not available at this time. As of this Request for Information, the government estimated level of effort for this procurement, based upon Full Time Equivalents (FTEs) will be approximately 32 full-time positions to be allocated for tasking outlined in the PWS. Each FTE is estimated to be 2000 hours per year. The Government�s estimated dollar range for this effort is: >$25M - $50M. DO NOT INCLUDE ANY CLASSIFIED, CONTROLLED UNCLASSIFIED, OR ARMS EXPORT CONTROLLED DOCUMENTS OR INFORMATION IN YOUR RESPONSE. CONTRACTORS ARE REQUIRED TO ADHERE TO OPERATIONS SECURITY (OPSEC) REQUIREMENTS. EXPLANATION OF THESE REQUIREMENTS IS DETAILED IN SECTION I OF THE OPERATIONS SECURITY GUIDE FOR CONTRACTORS AVAILABLE ONLINE AT: HTTP://WWW.NAVSEA.NAVY.MIL/HOME/WARFARECENTERS/NUWCKEYPORT/RESOURCES.ASPX . CLICK ON THE OPSEC GUIDE FOR DEFENSE CONTRACTORS UNDER THE RESOURCES TAB.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/57e6214d7d384f7fa4d356762ef42d92/view)
- Place of Performance
- Address: Keyport, WA 98345, USA
- Zip Code: 98345
- Country: USA
- Zip Code: 98345
- Record
- SN07652889-F 20251128/251126230039 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |