Loading...
N0001426RFI7003
Response Deadline
Apr 15, 2026, 4:00 PM(EDT)9 days
Eligibility
Contract Type
Sources Sought
Request for Information/Sources Sought
ONR Research Protections Division (343) and the Department of the Navy (DON) Human Research Protection Program (HRPP) Research Protections Information Technology Management System (RPITMS) Support Services
N0001426RFI7003
RFI/SS Information for Responses
This announcement constitutes a combination Request for Information (RFI) and Sources Sought (SS) for the purpose of determining market capability of sources and obtaining market research information. It does not constitute a Request for Proposal (RFP), or an indication that the Government will contract any of the items and/or services discussed in this notice. In accordance with Federal Acquisition Regulation (FAR) 15.201, responses to this RFI/SS notice are not offers and cannot be accepted by the Government to form a binding contract. Contractors responding to this request are advised that participation does NOT ensure opportunities for future solicitations or contract awards.
Capability Statements, comments, or responses to this RFI/SS are not to be construed as offers and any input received is not binding on the Government or this potential future requirement. The Government will NOT reimburse any Contractor or individual for any expenses associated with preparation or participation in this RFI/SS.
This RFI/SS includes the following attachments:
DRAFT Performance Work Statement
DRAFT CDRLs
Responses to this RFI/SS shall be submitted via to the Contract Specialist, Amy Anokye - amy.anokye.civ@us.navy.mil, by 15 Apr 2026 at 1200 Eastern.
In the subject line of the email, please state - N0001426RFI7003 – Company Name
The submission should be prepared in the order below. Responses should be submitted as ONE attachment to the POC named above.
Cover Page - Not to Exceed 1 page
Contractor Responses to Government Questions – Not To Exceed 10 pages (excludes Cover Page)
Contractor Comments/Edits/Recommendations to the Draft PWS and/or Draft CDRLS – Unlimited
Planned Strategy
ONR plans to award one task order for the requirements under the PWS. At this time, the Government considers this requirement as non commercial. The Government intends to use Navy Seaport as the contractual vehicle unless information is submitted as a result of this market research that changes the strategy.
Incumbent Contractors/Award Prices
The current contract, and incumbent contractor, for the work is below. Values and size were determined at time of award.
N0017819D7525/ N0001421F3006/DISK Enterprises - $5M – 60 Months – Firm Fixed Price – Small – Ends 29 Sep 2026 (Ultimate End Date) – Six (6) FTE’s
NAICS
As noted above, the North American Industry Classification System (NAICS) code to this potential award will be 541330 with a size standard of $ 25.5M. This is the only NAICS allowed under Navy Seaport. If your company does not have Navy Seaport, but you believe the scope of the work may fit under another multiple award contract, include the information and the appropriate NAICS.
PSC
The Product Service Code (PSC) applicable to this potential award is R408.
Contract Type
The Government intends to award a Firm Fixed Price Level of Effort for Labor and Cost Reimbursement (no fee) for Other Direct Cost. ODC’s may include travel and materials.
Security Requirements
A DD Form 254, “Department of Defense Contract Security Classification Specification,” will not be required for this effort.
Period of Performance
The Government plans for an award on/around 29 Sep 2026.
The contract period of performance is estimated to be 60 months/5 years.
The Government will include FAR 52.217-8 and will evaluate for a 6 month option IAW the clause.
Organizational Conflict of Interest
ONR has determined that an actual or potential organizational conflict of interest (OCI) exists when a Contractor (including its parent, subsidiaries, and affiliates) performs both systems engineering and technical assistance (SETA) or other support services and Research and Development (R&D) work. Such situations give rise to OCIs or potential OCIs based on impaired objectivity, biased ground rules, and unequal access to information. ONR prefers that companies avoid such situations altogether by choosing to do only one type of work for ONR. See ONR's Statement of Policy on OCIs, which can be found under Compliance and Protections at the following address: https://www.onr.navy.mil/About-ONR/compliance-protections/Organizational-Conflicts-Interest
RFI questions
I. Overall Project Understanding and Approach
These questions gauge the contractor's comprehension of the primary objectives and their strategic approach.
II. Technical Capability and Execution
These questions probe the contractor's ability to perform the specific technical tasks required.
Provide a detailed account of your organization’s corporate experience and team capabilities in delivering and supporting management information systems built on the Microsoft 365 platform (SharePoint Online, Power Apps, Power Automate, and Power BI). Please illustrate your proficiency with specific case studies or project examples.
III. Personnel Qualifications and Experience (Key Personnel)
These questions are crucial for verifying the expertise of the individuals who will be leading the project.
IV. Program Management and Support
These questions assess the contractor's processes for managing the work and supporting the user base.
V. Commerciality and Compliance
Amy Anokye
Hickey, Dunia A.
DEPT OF DEFENSE
DEPT OF THE NAVY
ONR
ONR HQS
OFFICE OF NAVAL RESEARCH
OFFICE OF NAVAL RESEARCH
SUITE 1425
875 NORTH RANDOLPH STREET
ARLINGTON, VA, 22203-1995
NAICS
Engineering Services
PSC
SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT