Opportunity

SAM #H91269627909

Declassification Review and Administrative Support Services for Joint Staff Declassification Branch

Buyer

NAVSUP FLC Norfolk

Posted

April 01, 2026

Respond By

April 15, 2026

Identifier

H91269627909

NAICS

541330, 561990, 561499, 561110, 541690

This opportunity seeks contractor support for declassification review and administrative services for the Joint Staff Declassification Branch under the Department of Defense. - Government Buyer: - Department of Defense, Joint Staff Secretariat, Joint Staff Declassification Branch - Contracting office: NAVSUP Fleet Logistics Center Norfolk - OEMs and Vendors: - No specific OEMs or product vendors are named; this is a services procurement - Services Requested: - Technical and administrative support for declassification review, action processing, and tracking of record material - Support for Automatic Declassification, FOIA, Mandatory Declassification Review (MDR), Special Review (SR), Foreign Relations of the United States (FRUS), and Special Project Review (SPR) requests - Project control, tracking of records, and database management - Staffing requirements include an On-site Project Manager, Administrative Support Specialist, NARA Support Analyst, and Senior Analysts - Annual workload includes 537 declassification requests and review of 560,000 pages under Automatic Declassification Review (ADR) - Unique or Notable Requirements: - Work performed primarily at the Pentagon (Washington, DC) and the National Declassification Center at the U.S. National Archives (College Park, MD) - Surge support may be required - Prospective vendors must demonstrate relevant past performance and capability in executive summaries - NAICS code 541330 (Engineering Services) applies

Description

SOURCES SOUGHT NOTICE

Note: Despite this source sought notice being posted to SAM.gov, it is anticipated that this follow-on requirement will again be solicited under the SeaPort contracts. As such, it is requested for vendors responding to the SAM.gov posting to indicate if the firm is currently awarded, or intends to pursue an award of, a SeaPort-NxG contract.

This announcement constitutes a Sources Sought Synopsis for market research information and planning purposes to identify the availability of potential sources capable of providing technical and administrative support services for declassification review, action processing, and tracking of record material for the Joint Staff Declassification Branch. Refer to the attached draft Performance Work Statement (PWS) file, which provides details on all the requirements. All aspects of the requirement, to include the estimated level of effort and periods of performance, are subject to future revisions.

This requirement is a follow-on to existing Task Order, N0018923F3022, performed by QualX Corporation and was previously solicited and awarded under Seaport-NxG. The results of this market research will contribute to determining the method of procurement for the follow-on acquisition. Award of the resultant task order is anticipated to occur prior to May 2026, with services tentatively scheduled to commence by 25 May 2026. The applicable NAICS code and size standard are 541330 for Engineering Services and $25.5 million respectively.

Prospective quoters possessing the requisite skills, resources, and capabilities necessary to perform the stated requirements are invited to respond to this market research survey/sources sought synopsis via the submission of a tailored executive summary, no more than five (5) pages in length. The submission should include the following information:

Company Information: Company name; address; email address; web site address/URL; point of contact name; and phone number. Please also indicate if the identified prospective quoter would be performing in the capacity of a prime or subcontractor. If significant subcontracting or teaming is anticipated, prospective quoters should address the administrative and management structure of such arrangements. CAGE Codes: Contractor and Government Entity (CAGE) Codes for all prime and subcontractor prospective quoters. Business Size: Size of business for all prime and subcontractor prospective quoters - Large Business, Small Business, Small Disadvantaged Business, 8(a), Hubzone, Woman-owned, Veteran-Owned, Service Disabled Veteran-owned, etc. Capability and Past Performance: A tailored capability statement displaying the prospective quoter’s ability to perform the PWS requirements. When providing past performance information, please include only relevant past performance on the same or similar work within the last five (5) years. This information should identify the applicable contract number, total contract dollar amount, period of performance, description of the services provided, and a customer point of contact with a corresponding telephone number and e-mail address. If subcontractor past performance is provided, clearly detail the aspects of the requirement the subcontractor supported.

All submissions are required to be submitted via e-mail to david.m.benham.civ@us.navy.mil no later than 5:00 PM ET on 16 April 2026. Please direct any questions concerning this sources sought synopsis to David Benham via email.

This announcement constitutes a sources sought synopsis for written information only and is not to be construed in any way as a commitment by the Government. This is not a solicitation announcement for proposals or quotes, and a contract will not be awarded from this announcement. The Government will not pay for the information received in response to this announcement. Respondents will not be notified of the results. The information contained within this notice may be updated or changed prior to the issuance of an official solicitation.

View original listing