Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 25, 2025 SAM #8795
SOURCES SOUGHT

R -- NAVSCIATTS Logistics Support and Training

Notice Date
12/23/2025 10:45:54 AM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N3957420260082
 
Response Due
12/26/2025 11:00:00 AM
 
Archive Date
12/26/2025
 
Point of Contact
Matthew Forsythe
 
E-Mail Address
matthew.r.forsythe.civ@us.navy.mil
(matthew.r.forsythe.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
NAVSUP Fleet Logistics Center Norfolk Code 200 (NAVSUP FLCN C200), Pentagon Directorate, intends, on a sole source basis, to issue a contract to RMGS INC (Cage: 57NE1) for logistics support and training to the Naval Small Craft Instruction and Technical School (NAVSCIATTS). This support is currently being provided under H9224020D0013 / H9224024F0503. Sole source authority is provided under 10 U.S.C. 3204(a)(1), the property or services needed by the agency are available from only one responsible source or only from a limited number of responsible sources and no other type of property or services will satisfy the needs of the agency as implemented by FAR 6.302-1. In order to meet mission requirements and to avoid unacceptable delays to the Government, NAVSUP FLCN C200, Pentagon Directorate, intends to issue a contract to continue services currently provided under the aforementioned task order. The period of performance of the aforementioned task order is set to expire on 28 February 2026. It is anticipated that the contract will be for a total period of performance of up to six (6) months (approximate ending period of performance of August 2026). This contract action will allow for continued support to NAVSCIATTS while a competitive follow-on procurement is conducted, which will have a period of performance start date in conjunction with the ending period of performance of the subject contract action (August 2026). Specific dates are subject to change. This notification is not a request for competitive proposals. It is a notice in accordance with DFARS PGI 206.302-1 outlining the Government�s intent to contract on a sole source basis with the contractor listed above. Interested sources are solicited to provide their written technical capabilities. Written response to this notice must show clear and convincing evidence that competition would be advantageous to the Government, and that required services can be met. Interested sources must submit detailed written technical capabilities to deliver the requirement. Detailed written capabilities must be submitted by email to Matthew Forsythe (matthew.r.forsythe.civ@us.navy.mil) in an electronic format that is compatible with MS Word, no later than 1400 Eastern Time on 26 December 2025. Verbal submissions via phone will not be honored. All information shall be furnished at no cost or obligation to the Government. Responses shall be limited to no more than three (3) pages. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This notice is not to be considered a request for quotations or proposals. No solicitation document is available. No contract will be awarded on the basis of offers received in response to this notice, but will be used to determine if a comparable source is available and more advantageous to the Government. If no written challenge to this notice is received, a justification and approval (J&A) for other than full and open competition in accordance with the statutory authority of 10 U.S.C. 3204(a)(1), as implemented by Federal Acquisition Regulation (FAR) subpart 6.302-1 based on the rationale provided above will be initiated. Please see attached Sources Sought and draft PWS.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3d56b2b252e148328ebcca8c560e2c47/view)
 
Place of Performance
Address: Stennis Space Center, MS 39529, USA
Zip Code: 39529
Country: USA
 
Record
SN07673919-F 20251225/251223230034 (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.