Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 05, 2026 SAM #8865
SOURCES SOUGHT

R -- Professional Support Services for PMS 470

Notice Date
3/3/2026 8:13:48 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016426SNB44
 
Response Due
3/18/2026 1:00:00 PM
 
Archive Date
03/18/2026
 
Point of Contact
Logan Kelley, Tisha Langell
 
E-Mail Address
logan.b.kelley.civ@us.navy.mil, tisha.langell@navy.mil
(logan.b.kelley.civ@us.navy.mil, tisha.langell@navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
SOURCES SOUGHT/ REQUEST FOR INFORMATION (RFI) � INFORMATIONAL PURPOSE ONLY. Naval Surface Warfare Center (NSWC), Crane Division Contracting Department, Crane, IN on behalf of the Naval Sea Systems Command (NAVSEA) BBG(X) Program Office (PMS 470), requests information from SeaPort-NxG MAC holders (Prime/Subcontractors) in reference to the attached Statement of Work for planning and market research purposes. This effort is in support of PMS 470 for Professional Support Services (PSS) to include Integrated Logistics Support (ILS), Program Support and Management, Acquisition and Contract Management, Business and Financial Management, and Integrated Performance Analysis to assist PMS 470 in accomplishing its mission and objectives. Requirements consist of the following task areas: Task 1 � Logistics Support Task 2 � Program Support and Management Task 3 � Acquisition and Contract Management Task 4 � Business and Financial Management Task 5 � Integrated Performance Analysis The purpose of this sources sought/RFI is to determine the availability and technical capability of SeaPort-NxG MAC holders to provide the required services for each Task Area. Additionally, this notice is being published with the intent to conduct market research, determine the availability of small business concern participation as either prime or subcontractors, and promote competition. The North American Industry Classification System (NAICS) Code identified for this requirement is 541330, Engineering Services. The Product Service Code (PSC) is: R425-Support-Professional: Engineering/Technical This notice is not a request for proposals and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals and no award will be made as a result of this notice. The Government is not obligated to and will not pay for information received in response to this notice. Sources choosing to respond to this notice are wholly responsible for any costs/expenses associated with submitting a response. Respondents will not be notified of the results of this sources sought notice. The information obtained from submitted responses may be used in development of an acquisition strategy and future solicitation. When/if the Government issues an RFP, interested parties will be expected to thoroughly address the requirements thereof regardless of the circumstances surrounding this sources sought. Services associated with this requirement are currently being procured via the following task order: Contract Number - N0017804D4062 / N0016418F3005 Contractor � Herren Associates, Inc. Required Capabilities: PMS 470 is considering one, or multiple, Cost-Plus-Fixed-Fee (CPFF), Level of Effort (LOE) type contract(s) with a one-year base and four (4) option years. In response to this sources sought, companies shall provide written capability statements that demonstrate their ability to successfully perform the required services for each Task Area. In order for the Government to consider setting aside any of the potential task areas, Small Business Primes, along with similar situated subcontractors, must show that they can perform more than 50% of the effort as the small business concern. The total LOE is estimated at 54 FTEs per year or 517,440 hours plus 10% surge labor hours. A summary of the labor mix is provided within the draft personnel qualifications attachment. Responses: Respondents should submit responses in electronic format either Microsoft Office 2007 or later compatible and/or Adobe 8.0 or later compatible formats. The purpose of the sources sought is to identify all potential SeaPort-NxG sources to be capable of performing the resultant Task Order(s) via a fair consideration/opportunity limited to all SeaPort-NxG MAC holders (Prime/Subcontract). Therefore, only responses from SeaPort-NxG MAC holders will be considered as part of the market research. Responses must: Reference tracking number N00164-26-RFRREQ-PMS-470-0023 Be provided electronically only to Tisha Langell @ email: tisha.n.langell.civ@us.navy.mil and Logan (Brock) Kelley @ email: logan.b.kelley.civ@us.navy.mil no later than 18 March 2026. It should be noted that telephone replies will not be accepted. Include the name, position, telephone number, and e-mail address of the Industry Point of Contact (POC) for technical and contractual issues. Be typed in Times New Roman font with 12-point type size and not exceed 10 pages. A page is considered as one side of a sheet 8 � inches by 11 inches. Include the business size status of the prime and all anticipated team members. Include SeaPort-NxG MAC Contract Number. Proprietary information, if any, must be clearly marked. To aid the Government in its review and evaluation, please segregate proprietary information. Classified material SHALL NOT be submitted. Contractors are encouraged to submit requests for clarification of the tasking outlined that may not be clearly understood. ALL questions regarding this announcement shall be submitted in writing via e-mail to the Contract Specialist�s email address. Verbal questions will not be accepted. Questions shall not contain classified information. ATTACHMENTS: Draft SOW Draft Personnel Qualifications
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c8e1b39bd953441c92340a98e5aea56b/view)
 
Place of Performance
Address: Washington Navy Yard, DC, USA
Country: USA
 
Record
SN07733167-F 20260305/260303230044 (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.