Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 07, 2026 SAM #8839
SOURCES SOUGHT

D -- RFI/SSN for NCIS DBD IT Support Services (ITSS)

Notice Date
2/5/2026 7:17:53 AM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N632852026W001
 
Response Due
2/20/2026 1:00:00 PM
 
Archive Date
03/07/2026
 
Point of Contact
Jacob Segal
 
E-Mail Address
jacob.a.segal.civ@us.navy.mil
(jacob.a.segal.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
REQUEST FOR INFORMATION. This is a Request for Information (RFI)/Sources Sought (SS) synopsis issued by Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk Contracting Department, Regional Directorate on behalf of the Naval Criminal Investigative Service (NCIS). NCIS has a requirement for their Digital Business Directorate (DBD) IT support services. ATTACHED TO THIS ANNOUNCEMENT IS THE DRAFT PERFORMANCE WORK STATEMENT (PWS). The anticipated North American Industrial Classification System (NAICS) code for this acquisition is 541512. The anticipated Product Service Code (PSC)/Federal Supply Code (FSC) is: DA01 Firms possessing the requisite skills, resources and capabilities necessary to perform the stated requirement are invited to respond to this notice via the submission of an executive summary. Submissions are not to exceed three (5) typewritten pages in no less than 12 font size. In addition to the executive summary, industry feedback to the draft PWS is requested and the firm should answer the following questions specific to the Draft PWS: 1. Does the technical description (PWS) provide all the information your company needs to develop a complete and accurate proposal for the IT service NCIS requires? a. If not, what additional details or clarifications are required? 2. Provide a rough estimate regarding how many FTEs will be required to support this effort. 3. Provide an example of a staffing model (including key labor categories) your company would implement to focus on managing a five-year transition from on premises to cloud services (e.g., managing multiple classifications on premises during the transition)? 4. What are the pain points and challenges to transition to the cloud while maintaining on premises services during the transition? a. How do you mitigate them? 5. Provide a summary of the last three successfully completed government contracts that were of similar nature as this requirement. 6. Outline the typical deliverables associated with cloud migration projects. 7. What contract vehicles, if any, are available to the government for the procurement of these services from your company (this information is STRICTLY for market research purposes only and does not preclude your company from responding to this notice, nor is this required as part of your response)? 8. Provide a Rough Order of Magnitude or General Pricing Structure for current offerings based on the given parameters identified above (this information is STRICTLY for market research purposes only and does not preclude your company from responding to this notice, nor is this required as part of your response)? The submission should include the following information: 1. Company name, address, and point of contact with corresponding phone number and e-mail address 2. DUNS number, Cage Code, business size and classification � NOTE: Also, identify if your organization is registered in System for Award Management (SAM) and currently active. 3. Capability statement displaying the contractor�s ability to provide the services outlined in the draft PWS. 4. An estimate of the cost (including travel) needed to complete the disposal services. 5. SeaPort-NXG contract number Standard brochures and/or paraphrasing of this notice will not be considered sufficient to demonstrate the capabilities of an interested party. The Government will consider and analyze all information received; formal responses will not be furnished; however, the information may be utilized in the development of a final PWS and/or Request for Proposal (RFP). This is NOT a notice of solicitation issue. This RFI/SS does not constitute a RFP, nor does this issuance restrict the Government�s acquisition approach. Responses should be submitted to NAVSUP FLC Norfolk Contracting Department, Regional Directorate � Mr. Jacob Segal, via email: Jacob.a.segal.civ@us.navy.mil. Responses should be submitted no later than 4:00 p.m. (EST) on 20 February 2026. No facsimile responses will be accepted. The Government will neither award a contract solely on the basis of this RFI/SS nor will it reimburse for any costs associated with preparing or submitting a response to this notice. If return of submission is required, indicate address to which materials are to be returned with submittal. Refer all questions concerning this notice to Mr. Jacob Segal, via email: Jacob.a.segal.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/03c5a37762ea42fd8529261f540be9d3/view)
 
Place of Performance
Address: Quantico, VA, USA
Country: USA
 
Record
SN07706187-F 20260207/260205230043 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.