NCIS Cyber Security Requirement

Project ID: N0018926RW021 FederalOpportunitiesSources Sought
Overview
AgencyNAVSUP Fleet Logistics Center Norfolk
Deadline05/28/26
Posted05/13/26
Estimated ValueNot Provided
Set AsideNone
NAICS541512 - Computer Systems Design Services
PSCDF01 - IT And Telecom - IT Management Support Services (Labor)
LocationQuantico, VA 22134 United States
Description
Primary Latest Change

REQUEST FOR INFORMATION. This is a Request for Information (RFI) issued by Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk, Regional Directorate-Mechanicsburg, PA on behalf of the Naval Criminal Investigative Services (NCIS) in Quantico, VA. The Fleet Logistics Center Norfolk, Regional Directorate-Mechanicsburg, PA Office is seeking marketing information, from responsible sources to gain knowledge of potential qualified business sources capable of providing the following same or similar services. NCIS has a requirement to procure and to obtain tasking efforts identified in the attached Draft Final PWS to provide the range of technical and operational capabilities that are required to support the NCIS Cyber Directorate's (NCIS Cyber) ability to use digital information to identify and counter threats to DoN critical assets, personnel, operations, computer networks, and information. The resultant contract will require Contractor personnel, prime contractor or any subcontractor performing work under this contract must possess a valid TOP SECRET security clearance at time of the quote submission, and must maintain the level of security required for the life of the contract. The Base period of performance (POP) is from 16 February 2027 through 15 February 2028 with two (2) Options if exercised would have an ending POP date of 15 February 2030. The North American Industrial Classification System (NAICS) code is 541512 and the small business standard is $34,000,000.00. Included with this RFI are the draft performance work statement (PWS) associated with this effort for reference when responding to this RFI. Firms offering a system and/or possessing the requisite skills, resources and capabilities necessary to perform the stated requirement are invited to respond to this RFI providing industry feedback to the draft PWS. Submissions are not to exceed three (3) typewritten WORD document pages in no less than 12 font size. All comments/ideas will be considered, although any questions/comments/ideas will not be responded to directly. The goal of such feedback is to consider suggestions that might enhance competition, improve the clarity of the requirement, or leverage industry expertise, as well as any other ideas that could result in improved services. The submission should include the following information and reference N0018926RW021: 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, NAICS Code # for this Service Requirement 3. An indication if any service is available under your GSA Schedule. 4. Any information that is an industry standard and not particular to your company including performance standards and/or practices that may be considered for this requirement. 5. Please provide if your company can perform to the period of performance with Options until the requirement completion. 6. Does your company provide security clearances and please provide type of clearance. This is not a notice of solicitation. This RFI does not constitute an RFP, nor does this issuance restrict the Government's acquisition approach. All responsible sources may submit a capability statement, catalog, or service specifications which shall be considered by the FLC Norfolk Regional Directorate-Mechanicsburg, PA. 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 specifications/PWS and/or Request for Proposals (RFP). Responses should be submitted to NAVSUP Fleet Logistics Center Norfolk, Philadelphia Office Mr. Thomas Carey - Code 234.2, via email: thomas.carey56.civ@us.navy.mil should be submitted no later than 5:00 PM Eastern Time. (EST) on 28 May 2026. No facsimile responses will be accepted. The Government will not reimburse a Contractor for any costs associated with preparing or submitting a response to this notice. Submissions will not be returned. It is incumbent upon the interested parties to review NECO for updates to this RFI.

Summary (Newest Update)

Background This Request for Information (RFI) is issued by the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk, Regional Directorate-Mechanicsburg, PA on behalf of the Naval Criminal Investigative Services (NCIS) located in Quantico, VA. The purpose of this RFI is to gather marketing information from potential qualified business sources capable of providing technical and operational capabilities to support the NCIS Cyber Directorate's efforts in using digital information to identify and counter threats to Department of Navy critical assets, personnel, operations, computer networks, and information. The contractor must possess a valid TOP SECRET security clearance at the time of quote submission and maintain it throughout the contract duration. Work Details The contractor shall provide limited procurement of commercial off-the-shelf (COTS) hardware and software items necessary for ongoing tasks as outlined in the Performance Work Statement (PWS). All purchases must receive written approval from the Contracting Officer's Representative (COR) prior to procurement and will be considered government property. The contractor is responsible for ensuring compliance with federal contracting laws regarding competitive sourcing for hardware and software purchases. Additionally, all electronic and information technology procured must meet accessibility standards as specified in Section 508 of the Rehabilitation Act. Deliverables include monthly status updates, interim progress reviews, system documentation, training packages, data management documentation, and artifacts for certification packages. The contractor will also be required to maintain records documenting compliance with performance standards and provide access to program information as needed. Period of Performance The base period of performance is from 16 February 2027 through 15 February 2028, with two options that could extend the performance period until 15 February 2030. Place of Performance The work will primarily be performed at NCIS facilities in Quantico, VA.

Contacts
Contact nameTHOMAS CAREY
Contact emailthomas.carey56.civ@us.navy.mil
Contact phone(771) 229-3321
Secondary contact nameJacob Segal
Secondary contact emailjacob.a.segal.civ@us.navy.mil
Secondary contact phone(771) 229-2710
Same Region Opportunities

Sidewalk Construction

Agency: Virginia Department of Transportation [VA]

Location: Virginia

NAICS: Not Provided

Bridge Deck Repair

Agency: Virginia Department of Transportation [VA]

Location: Virginia

NAICS: Not Provided