Skip to main content

An official website of the United States government

You have 2 new alerts

Tactical Networks (TACNET) In-Service Engineering Agent (ISEA) Support Services Follow-On Contract

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: May 09, 2022 04:06 pm PDT
  • Original Response Date: Jun 23, 2022 02:00 am PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 08, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J - MAINT, REPAIR, REBUILD EQUIPMENT
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:

Description

The Department of Navy, Naval Information Warfare Center Pacific (NIWC-PAC), has a
requirement to provide sustainment services to tactical afloat shipboard and submarine
networks. Specifically, NIWC Pacific requires In-Service Engineering Agent (ISEA)
support, technical and engineering assistance, design analysis support, network
information assurance accreditation, installation, integration, sustainment, and Life Cycle
Support (LCS). ISEA functions for Afloat and Ashore Tactical Networks (TACNET) and
Command, Control, Communications, Computers, and Intelligence (C4I) Systems include
the sustainment of fielded systems through End-of-Life (EOL) replacement, system
upgrades, follow-on, or interrelated system, distant support, onsite repair, installations,
and system analysis to ensure networks are performing within designed specifications
and peak capabilities.

This is a follow-on requirement to an existing Single Award Contract (SAC) with a similar
scope to this effort. The incumbent is Science Applications International Corporation
(SAIC) (N66001-18-D-0023). The ordering period for the existing contract ends 02 July
2023. This predecessor SAC was competed on an unrestricted (i.e., full and open) basis.

A market survey to determine small business capability was posted on NAVWAR e-
Commerce Central on 28 April 2021 under reference number MKTSVY_17A306. After
thorough review of the small business respondents' capabilities, NIWC-PAC intends to
solicit the requirement on an unrestricted (i.e., full and open) basis. The NIWC-PAC Small
Business Office (SBO) concurred with the acquisition strategy decision on 13 July 2021.

NIWC-PAC intends to issue a solicitation (RFP N66001-22-R-0030) resulting in a Single
Award, Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract with Cost-Plus-Fixed-Fee
(CPFF) pricing Contract Line Item Numbers (CLINs) for services, as well as Cost
Reimbursement (COST) pricing for Other Direct Costs (inclusive of travel) and Materials.
No fee will be allowed under the COST CLINs. The prospective contract will have a five
(5) year ordering period. The estimated level of effort for the total requirement is
3,301,440 hours. Orders will be placed pursuant to the ordering process at FAR 16.505
(a). The North American Industry Classification System (NAICS) Code is 541330
Engineering Services, with a Small Business Size Standard of $41.5 million. The Product
Service Code is J059, Maintenance, Repair, and Rebuilding of Equipment-Electrical and
Electronic Equipment Components. The proposed acquisition has security requirements at
the Top Secret level with incidental Secure Compartmented Information (SCI) access.
NIWC-PAC does not intend to hold an industry day for this requirement.

THE ATTACHED DOCUMENT (DRAFT STATEMENT OF WORK) PROVIDES CRITICAL
INFORMATION APPLICABLE TO THE SOLICITATION.

NIWC-PAC anticipates that the final RFP for N66001-22-R-0030 will be released in the
third quarter of FY22. The solicitation will only be available electronically. Electronic
copies of the RFP may be obtained from the NAVWAR e-Commerce website at https://e-
commerce.sscno.nmci.navy.mil under NIWC Pacific "Open Solicitations." Hard copy
versions of the RFP will not be available. Any amendments, when issued, will also be
available only on this website. Matters posted on the website are not terms of the
solicitation unless the solicitation is written or amended to include such matters. FIRMS
ARE ENCOURAGED TO REVIEW THE WEBSITE REGULARLY FOR IMPORTANT
SOLICITATION INFORMATION.

For questions concerning this action, contact David Roden, Contract Specialist,
david.m.roden2.civ@us.navy.mil.

Disclaimer: This pre-solicitation notice is for information only and shall not be construed
as a commitment by the Government to solicit contractual offers or award contracts. The
Government is not soliciting, nor will it accept, proposals as a result of this synopsis. If a
competitive solicitation is issued in the future, it will be announced via NAVWAR E-
Commerce, and interested parties must comply with that announcement. The
Government will not reimburse respondents for any questions submitted or information
provided as a result of this notice. This is not a solicitation or a promise to issue a
solicitation, and this information is subject to modification and in no way binds the
Government to award a contract.

Contact Information

Contracting Office Address

  • 53560 HULL STREET
  • SAN DIEGO , CA 92152-5001
  • USA

Primary Point of Contact

Secondary Point of Contact





History