Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 04, 2025 SAM #8774
SOLICITATION NOTICE

N -- Taiwan ? Installation, Training, and Engineering Services (ITES)

Notice Date
12/2/2025 9:00:06 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVAL INFORMATION WARFARE SYSTEMS SAN DIEGO CA 92110-3127 USA
 
ZIP Code
92110-3127
 
Solicitation Number
N0003926RE008
 
Response Due
12/17/2025 3:00:00 PM
 
Archive Date
12/02/2026
 
Point of Contact
Magdalena Uriostigue, Phone: 619-823-0496
 
E-Mail Address
magdalena.uriostigue.civ@us.navy.mil
(magdalena.uriostigue.civ@us.navy.mil)
 
Description
This synopsis serves to meet the requirement of FAR 5.201. The Naval Information Warfare Systems Command (NAVWAR) HQ, in support of the Program Executive Office (PEO) Command, Control, Communications, Computers, and Intelligence (C41) International Integration Program Office (PMW 740) delivering Command, Control, Communications, and Computers (C4), enterprise services, and cybersecurity capabilities in support of United States (U.S.) Government (USG) international agreements with the Taipei Economic and Cultural Representative Office (TECRO) intends to issue Request for Proposal (RFP) N0003926RE008 to provide Taiwan Installation, Training, and Engineering Services (ITES) in the Continental United States (CONUS) and Taiwan to include program management, engineering, technical, integration, installation, test, and training support. Minor construction is anticipated under this contract and will occur in OCONUS Taiwan locations.The North American Industry Classification System (NAICS) Code assigned to this acquisition is 541330 (Exception 1 for Military and Aerospace Equipment and Military Weapons, size standard $47 million dollars).This requirement was previously awarded under the CIIS MAC Task Order (TO) N00039-15-D-0039/N0003920F0024 to Forward Slope Incorporated (FSI) on 03 December 2019 with a five-year period of performance. The CIIS IDIQ MAC was a total small business set-aside contract vehicle. The task order provided a range of program management, engineering, technical, integration, installation, test, and training services. This contract will be for a one-year base period and four (4) one-year option periods. This contract will include Cost Plus Fixed Fee (CPFF) Line Item Numbers (CLINs) for labor, Cost-Reimbursement, non-fee bearing CLINs for travel/material/minor construction material and other direct costs (ODCs). Contract award is estimated to occur by June 2026.This notice is provided for information only, is not a Request for Proposal, and is not to be construed as a commitment by the Government to issue a contract. The Government will not pay for any effort expended in response to this notice. Any information submitted in response to the synopsis will become property of the U.S. Government. All questions/comments are to be submitted in writing to Ms. Kristin White, Contracting Officer, at kristin.l.white4.civ@us.navy.mil and Ms. Maggie Uriostigue, Contracts Specialist, at magdalena.uriostigue.civ@us.navy.mil. The specific requirements for this RFI/RFP/FOPR will include Controlled Unclassified Information (CUI) and will not be made publicly available. In order to obtain access to the full RFI/RFP/FOPR, interested parties will need to submit a signed Non-Disclosure Agreement (NDA) for each individual requiring access to the non-public documents. In preparation for Solicitation release, interested parties should submit the attached NDA to Kristin White at kristin.l.white4.civ@us.navy.mil and Maggie Uriostigue at magdalena.uriostigue.civ@us.navy.mil. To minimize the volume of individual submissions, interested parties shall designate a single Point of Contact to collect and submit the required NDAs to the Government on behalf of the Company (including team members and subcontractors).Future information, if released, will be posted on the Solicitation module in the Procurement Integrated Enterprise Environment (PIEE) application and Contract Opportunities at https://sam.gov. Interested parties are solely responsible for monitoring these sites for additional information pertaining to this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/effb0c8f39104bf39dc3e090b9b92161/view)
 
Place of Performance
Address: Continental United States (CONUS) and Taiwan
 
Record
SN07654892-F 20251204/251202230037 (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!  © 1994-2024, Loren Data Corp.