Skip to main content

An official website of the United States government

You have 2 new alerts

Navy Analytic Studies Program

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: Jan 22, 2025 03:39 pm EST
  • Original Response Date: Feb 07, 2025 11:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 22, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    DC 20395
    USA

Description

The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk, Contracting

Department, Philadelphia Office intends to acquire, via full and open competition, analytical, engineering,

scientific, and programming services in support of the Program Objective Memorandum (POM) for the Chief

of Naval Operations (CNO). Support shall include warfare and warfare support analyses and assessments,

campaign analyses, mission level analyses, data analytics, modeling and simulation (M and S), and

management and documentation support. The analytic support shall encompass all aspects of joint

campaign, mission and engagement level modeling as well as manpower and personnel, training and

education, infrastructure, long-term planning, policy, medical logistics planning, and both afloat and ashore

readiness.

The analytic capabilities will include experimentation, demonstrations, and wargaming elements that enable

exploration of operational options and identification of operator objectives and considerations.

The contractor shall be required to provide coordination across the Office of the Chief of Naval Operations

(OPNAV) staff, the Fleet, Systems Commands (SYSCOMs), Combatant Commanders (COCOMs), Marine

Corps and other Service Staffs, Joint Staff, and Office of the Secretary of Defense (OSD) staff.

To effectively carry out the responsibilities required to produce the deliverables associated with the above

requirements, potential contractors must possess both the corporate knowledge, as well as the uniquely

qualified personnel.

Subsequent task orders will be deliverable-based and the approach in which a potential contractor provides

said deliverables will be paramount to the overall success of the program.  Travel is anticipated. The Government anticipates performance will begin around 19 Oct 2025 and will continue, as required, for five years thereafter. For planning purposes, the total estimated level of effort over the 5-year ordering period is 271,440. The applicable NAICs code is 541611 Administrative Management and General Management Consulting Services The small business size standard for this NAICS is $24.5 million in annual receipts. The PSC Code is R499.

It is the intent of the Government to process this procurement under FAR 15, Contracting by Negotiation,

and to ultimately award a single indefinite delivery, indefinite quantity (IDIQ) cost-plus- fixed-fee (CPFF)

contract as a result of the forthcoming solicitation.

The single award IDIQ contract will allow for both CPFF and firm-fixed-price (FFP) type task orders.

Offerors will be required to submit non-cost/price (technical) and cost/price proposals. The Government

anticipates that the resultant contract will be awarded on a best value basis where the non-cost/price

(technical) volume will be considered more important than the cost/price volume.  Upon its release, the solicitation will be issued electronically and be available for downloading at the NECO website: http://www.neco.navy.mil or https://beta.sam.gov in the Feb 2025 timeframe.

The closing date for the receipt of offers will be set forth in the RFP.  Paper copies, faxed copies, or email copies of the solicitation will not be provided. Interested parties are solely responsible for monitoring the above website for posting of the RFP and any amendments thereto.  The Government will not pay for the information received.

All responsible sources may submit a proposal, which will be considered by NAVSUP FLC Norfolk,

Contracting Department, Philadelphia Office. By submitting an offer, the offeror is self-certifying that neither

the requestor nor the principal corporate officials and owners are currently suspended, debarred, or

otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds

for refusing to accept the offer.

By submission of an offer, the contractor acknowledges the requirements that a prospective awardee must

be registered in the System for Award Management (SAM) database prior to award.  Lack of registration in the SAM database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements via the internet at https://www.sam.gov/SAM/. Further, offerors are required to go on-line to the SAM website to complete their Online Representations and Certifications Application (ORCA) prior to the submittal of their proposal.

Contact Information

Primary Point of Contact

Secondary Point of Contact

History