SOLICITATION NOTICE
J -- Shore Equipment Installation and Maintenance Management Program (SEIMMP)
- Notice Date
- 9/24/2025 11:22:08 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
- N0018926R0001
- Response Due
- 10/20/2025 5:00:00 AM
- Archive Date
- 10/21/2025
- Point of Contact
- Ethan Othersen, Jacob Gephart
- E-Mail Address
-
ethan.t.othersen.civ@us.navy.mil, jacob.n.gephart.civ@us.navy.mil
(ethan.t.othersen.civ@us.navy.mil, jacob.n.gephart.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk Contracting Department, Norfolk, VA 23511, intends to solicit and award a Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract using the policies and procedures of Federal Acquisition Regulation (FAR) Part 12 and FAR Part 15. A Sources Sought Notice (SSN) associated with this synopsis was posted on 16 June 2025 to identify interested sources. As a result of information obtained through the SSN, this requirement will be solicited via SAM.gov with full-and-open competition. The Government intends to procure contractor support services for the Shore Equipment Installation and Maintenance Management Program (SEIMMP). The SEIMMP program will provide technical direction and labor for engineering, installation, and maintenance of electronic systems and equipment and their associated infrastructure in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and other entities as directed for security, cyber, and other IT-related mission requirements. The anticipated place of performance will be various Navy and non-Navy installations located within the continental United States (CONUS) and outside the continental United States (OCONUS) with the primary places of performance being Fort Meade, MD, Chesapeake, VA, and Oahu, HI. The contract will include a five (5) year ordering period and the FAR 52.217-8 option to extend services for up to six (6) months, with an anticipated ordering period of 30 March 2026 � 29 September 2031, inclusive of the FAR 52.217-8 extension. The North American Industry Classification System (NAICS) code for this acquisition is 541330 � Engineering Services, with a Small Business Associated (SBA) Size Standard of $25.5M. The Product/Service Code (PSC) for this requirement is J059 � Maint/Repair/Rebuilt of Equipment � Electrical and Electrical Equipment Components. Potential contractors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be in electronic form. THE SOLICITATION IS NOT YET AVAILABLE. Once available, the solicitation will be posted to this site, System for Award Management (SAM), sam.gov. All responsible sources may submit a proposal that will be considered by the government. By submitting a proposal, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the SAM database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements via https://www.sam.gov. Please direct all questions regarding this requirement to Mr. Ethan Othersen and Mr. Jacob Gephart . The solicitation is expected to be made available on or about 13 October 2025. Once available, the solicitation will be posted to this site (SAM.gov). Dates in this notice are projected and may change without modifying this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/4bb0a4edd178473e833e862e4c5ce99a/view)
- Place of Performance
- Address: 0, MD 20755, USA
- Zip Code: 20755
- Country: USA
- Zip Code: 20755
- Record
- SN07602768-F 20250926/250924230045 (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 |