Loading...
N0016426SNB59_0001
Response Deadline
May 26, 2026, 7:00 PM(EDT)14 days
Eligibility
Contract Type
Sources Sought
N0016426SNB59 Amendment 0001
SOURCES SOUGHT/ REQUEST FOR INFORMATION (RFI) – SEAPORT ACTION
SECURITY PROGRAM AND COMPLIANCE SUPPORT SERVICES FOR THE PROTECTION OF PERSONNEL, INFORMATION, AND ASSETS
PSC R425/R408, NAICS 541330
AMS PID Number: N00164-25-RFPREQ-CR-105-0001
POST DATE: 11 MAY 2026, CLOSE DATE: 26 MAY 2026
INFORMATIONAL PURPOSE ONLY. Naval Surface Warfare Center (NSWC), Crane Division Contracting Department, Crane, IN, requests information from SeaPort-NxG MAC holders (Prime/Subcontractors) in reference to the attached Statement of Work (SOW) for planning and market research purposes.
This effort is in support of the Crane Security Services (Code 105) at NSWC Crane for non-personal professional support services including information security, personnel security, physical security, industrial security, communications security, operations security, and other supporting disciplines for the Security Division. This Task Order (TO) will support organizations and projects base-wide and will be pertinent to the Corporate Operations Department and its customers.
Requirements consist of the following task areas (TAs):
OPEN TO ALL CAPABLE SeaPort-NxG MAC HOLDERS, BOTH LARGE AND SMALL
The purposes of the Sources Sought/RFI amendment is to determine the availability and technical capability to provide the required services for each Task Area(s) which will determine the potential to set-aside all or some of the task areas for small business. The SOW has been updated to further specify the requirements for TA7 into four areas (General Physical Security, Lock Shop, Alarm Response Center (ARC), and Electronic Security System (ESS). Both Large and Small capable businesses should respond as this market research will be utilized to determine the contract strategy across all tasking areas.
The North American Industry Classification System (NAICS) Code identified for this requirement is 541330, Engineering Services. The Product Service Code (PSC) is:
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 a portion of the following two task orders:
This is a direct follow on to:
Contract Number – N0017819D8321/N0016421F3015
Contractor - Precise Systems, Inc.
In addition, the Lock Shop and Electronic Security Systems (on-base) tasking included is currently being procured via:
Contract Number - N0017819D8470/N0016422F3002
Contractor – Science Applications International Corporation (SAIC)
Required Capabilities:
NSWC Crane is considering one, 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 106 FTEs per year or 1,014,809 hours plus 10% surge labor hours for the life of the contract. A summary of the labor mix is provided as an attachment. Also included is the overall percentage estimated of labor hours by Task Area.
Per the SOW, Paragraph 6.1, Place of Performance: All personnel are on Government site with the exception of the Program Manager. The Program Manager shall be within a 50-mile radius of NSWC Crane due to all personnel located at NSWC Crane.
Interested vendors shall complete the Task Area Tables attached and provide with their capability submission. The vendors shall use the “Experience with Tasking” column to further explain how they can meet the Level-of-Effort/Full-Time Employee (LOE/FTE) requirement for each Task Area and provide any previous contract references that are relevant that would be similar in scope and complexity. If there are subparagraphs within a Task Area that the vendor does not have the capability to meet, details should be provided in the Comments column. TA7 shall be filled out in further detail according to each of the TA7 Sections, see Table 2 attached.
For TA7, PHYSEC, the updated SOW (attached) sections out tasking for General Physical Security, Lock Shop, ARC, and ESS. Please address each section separately.
SECURITY REQUIRMENTS:
This Task Order will have security requirements for eligibility. In accordance with DFARS 252.239-7001, Information Assurance Contracting Training and Certification herein and SECNAV M-5239.2* dated June 2016, all personnel performing Cyber IT/Cybersecurity functions must be training and qualified. In addition, personnel shall maintain the appropriate security clearance per SECNAV M-5510.30 to perform the tasks associated with their assigned positions.
The Contractor is required to maintain a TOP SECRET – SCI Facility Security Clearance level. There is no safeguarding requirement for classified information/material in accordance with the DD-254.
Responses:
Respondents should submit responses in electronic format either Microsoft Office Suite 365 or later compatible and/or Adobe 25.x 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:
ATTACHMENTS:
Heather Krout
Heather Howard
DEPT OF DEFENSE
DEPT OF THE NAVY
NAVSEA
NAVSEA WARFARE CENTER
NSWC CRANE
NSWC CRANE
WARFARE CENTER
300 HIGHWAY 361
CRANE, IN, 47522-5001
NAICS
Engineering Services
PSC
SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL
Set-Aside
No Set aside used