Opportunity

SAM #NIWDC-A028743

Electronic Warfare Data Support Services for NIWDC (IDIQ, Norfolk, VA)

Buyer

NAVSUP FLC Norfolk

Posted

April 20, 2026

Respond By

April 29, 2026

Identifier

NIWDC-A028743

NAICS

541511, 541512, 541690, 541330

This opportunity seeks professional and technical services to support Electronic Warfare Data (EWD) production for the Naval Information Warfighting Development Center (NIWDC) in Norfolk, Virginia. - Government Buyer: - Department of the Navy - Naval Information Warfighting Development Center (NIWDC) - Naval Information Warfare Training Group Norfolk - Contracting office: NAVSUP Fleet Logistics Center Norfolk - Products/Services Requested: - Electronic Warfare Data (EWD) production and support for the Navy Information Operations Database (NIODB) and Reprogrammable Library Support Program - Technical SIGINT and EW analysis, software development, database administration, server administration (Windows/Linux), cloud engineering, and data science - Key personnel roles include Subject Matter Experts (I & II), Database Administrators, Server Administrators, Cloud Engineers, and Data Scientists - Example service line items and quantities: - Technical SIGINT & EW Requirements Analysis (Subject Matter Expert II): 6 - Technical SIGINT & EW Requirements Analysis (Subject Matter Expert I): 3 - EW Reprogrammable Systems Library Analysis (Subject Matter Expert II): 3 - EW Reprogrammable Systems Library Analysis (Subject Matter Expert I): 1 - Database Administrator IV: 11 - Windows Server Administrator: 3 - Linux Server Administrator: 3 - Cloud Engineer II: 2 - Data Scientist: 2 - Unique or Notable Requirements: - Contractor must possess a Top Secret/Sensitive Compartmented Information (TS/SCI) facilities clearance - Work will be performed at Naval Information Warfare Training Group Norfolk and at vendor facilities (with COR approval) - Services include support for classified EW and SIGINT data, secure cloud infrastructure, and advanced analytics - No specific OEMs or commercial vendors are named in the solicitation - The anticipated contract is an Indefinite Delivery/Indefinite Quantity (IDIQ) with a five-year ordering period and a possible six-month extension - Place of performance is primarily Norfolk, Virginia, at federal facilities and approved vendor locations

Description

This Sources Sought is for planning purposes only and shall not be considered as an Invitation for Bid, Request for Quotation, Request for Proposal, or as obligation on the part of the Government to acquire any services described herein. Your response to this sources sought will be treated as information only. No entitlement to payment or direct or indirect costs or charges to the Government’s use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received by the Government for this Sources Sought. The information provided by contractors may be used by the Navy in developing its acquisition strategy, Performance Work Statement (PWS) and/or Performance Specifications.

Interested Parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this Sources Sought Notice or to otherwise pay for the information submitted in response to this Sources Sought Notice.

Background

The purpose of this Sources Sought Notice is to identify authorized and verified sources of services for an anticipated Indefinite Delivery Indefinite Quantity (IDIQ) contract with firm-fixed price elements under NAICS code 541511 that has a size standard of $34M. The proposed contract vehicle will provide all the required supplies and support services.

This announcement constitutes a Sources Sought Notice for Information Only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. This sources sought notice is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response.

Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk is seeking information on qualified and experienced sources for planning purposes, in an effort to derive a contract vehicle, to provide contractor support for Naval Information Warfighting Development Center (NIWDC) through a focus on missions, functions, and tasks (MF&T) specifically related to the mission areas of Electronic Warfare Data (EWD) production in support of the Navy Information Operations Database (NIODB) and Reprogrammable Library Support Program. The attached draft PWS addresses the required tasks, knowledge/skill/ability of contractor personnel, and outline of support required. At this time, this PWS is not finalized and may be revised prior to the publication of a solicitation. The period of performance for the anticipated contract is a five (5) year ordering period and the FAR 52.217-8 additional six (6) month performance extension if required by the Government.

Please see the attached draft PWS for further information. Responses to this Sources Sought Notice shall reference the Opportunity Name, “NIWDC Electronic Warfare Support Services” and shall include the following information in this format:

1. Company name, address, point of contact, phone number, fax number and email address.

2. Contractor and Government Entity (CAGE) Code.

3. Size of business-Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Service Disabled Veteran-owned.

4. Proof/confirmation that contractor possesses current Top Secret/Sensitive Compartment Information (TS/SCI) facilities clearance.

5. Capability statement displaying the contractor’s ability to provide the services, to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to the sources sought.

6. The Government is still determining the acquisition strategy and if this acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. Note that if there is sufficient demonstrated interest and capability among small businesses, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14.

7. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.

8. Include any other supporting documentation to include your Seaport-NxG and or GSA contract number and contracting experience under Seaport-NxG or GSA task orders awarded, task order number, award date, period of performance/lead time for delivery, sub or prime, and a brief description.

9. Provide any questions, comments, feedback regarding the draft PWS, planned contract type or any other associated information.

Submissions are not to exceed five (5) type written pages and no less than 10-point font. Please note that if a cover page/letter is included, it counts towards the page limit. Responses shall be emailed to Kendall Mulherin at kendall.l.mulherin.civ@us.navy.mil by 1:00pm EST on 29 April 2026. Again, this is not a Request for Proposal. Respondents will not be notified of the results and the Government is not required to answer any questions submitted in regards to this Sources Sought Notice.

Attachments:

Attachment I: Draft PWS

View original listing