SOLICITATION NOTICE
R -- Wargaming and Technical Support Services
- Notice Date
- 1/15/2026 6:27:30 AM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
- ZIP Code
- 23511-3392
- Solicitation Number
- H91269FY26J8WATTS
- Response Due
- 1/30/2026 12:00:00 PM
- Archive Date
- 02/01/2026
- Point of Contact
- Danielle Martin
- E-Mail Address
-
danielle.n.martin18.civ@us.navy.mil
(danielle.n.martin18.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Point of Contact: Danielle Martin, Code 223, Contract Specialist (e-mail: danielle.n.martin18.civ@us.navy.mil). NOTICE OF INTENT TO AWARD SOLE SOURCE This is a sole source synopsis published for informational purposes only. The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk (FLCN), Pentagon Directorate hereby provides notice of its intent to award a sole-source, cost-plus-fixed-fee (CPFF) contract to American Systems Corporation (Address: 14151 Park Meadow Dr, Ste 500, Chantilly, VA 20151-4230). The Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-5, Authorized or Required by Statute, utilizing Employee Stock Ownership Program (ESOP) authorized under the National Defense Authorization Act (NDAA) as amended by Section 872 for Fiscal Year 2024. Justification and Approval for the Use of Other Than Full and Open Competition has been prepared. The contractor will provide wargaming and technical and support services in support of the Joint Staff, J8 in Washington, DC. The primary support will encompass all aspects of wargaming support in the areas of planning, analysis, monitoring, evaluation, assessment, and documentation of programs required to satisfy force structure assessment and oversight analytical needs, in achieving Joint Staff�s mission requirements. The proposed effort will include a 12-month base period and will include four (4), one-year option periods. The period of performance is anticipated to begin no later than 28 May 2026. NAICS Code: 541330 Engineering Services -- (Size Standard $25.5M). Product Service Code (PSC): R425 Support-Professional: Engineering/Technical. Interested parties may identify their interest and capability to respond to the requirement. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this requirement no later than 30 January 2026, 3:00PM Eastern Standard Time (EST). A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit an offer; however, only sources meeting requirements to participate in the Employee Stock Ownership Program (ESOP) as authorized under the amended Section 872 of the 2024 NDAA, will be considered for award. Department of Defense ESOP requirements under this effort include being the incumbent business under predecessor contract N0017819D7111/N0018921F3025. The Government will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine whether a solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. Interested parties are encouraged to furnish information. No documents submitted will be returned. By submitting an offer, the offeror is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to Contract Specialist Danielle Martin by email at danielle.n.martin18.civ@us.navy.mil. The capability documentation should include general information and technical background describing in detail the prospective contractor�s capabilities and experience that will demonstrate the ability to support these requirements including meeting the requirements of Employee Stock Ownership Program (ESOP) authorized under the National Defense Authorization Act (NDAA) as amended by Section 872 for Fiscal Year 2024.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3c60b8979263477a8eaddeb8413a23bf/view)
- Place of Performance
- Address: Washington, DC 20301, USA
- Zip Code: 20301
- Country: USA
- Zip Code: 20301
- Record
- SN07688168-F 20260117/260115230031 (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 |