SOURCES SOUGHT
R -- Joint Staff, J7 Collective Joint Training Support
- Notice Date
- 8/21/2025 12:02:42 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
- ZIP Code
- 23511-3392
- Solicitation Number
- N0018925QZ506
- Response Due
- 10/3/2025 2:00:00 PM
- Archive Date
- 10/18/2025
- Point of Contact
- Martyn Piggott, Phone: (771)229-3009
- E-Mail Address
-
martyn.t.piggott.civ@us.navy.mil
(martyn.t.piggott.civ@us.navy.mil)
- Description
- SOURCES SOUGHT NOTICE Note: This notice is being posted to both SAM.gov and SeaPort-NxG to maximize visibility. 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 Collective Joint Training support to the Joint Staff, J7, Deputy Directorate for Joint Training & Exercises (DDJTE). Refer to the attached draft Performance Work Statement (PWS) file entitled, �CJT PWS Draft for RFI FY26�, which provides details on all the requirements, to include the current estimated level of effort. 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 task order N0018924F3026 performed by Northrop Grumman (a division recently acquired by Serco) 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, particularly with respect to set-aside determinations and number of potential viable sources holding SeaPort contracts. Award of the resultant follow-on task order is anticipated to occur mid-2026, with services tentatively scheduled to commence by 01 July 2026. The applicable NAICS code and size standard are 541330 (Engineering Services) and $25.5 Million, respectively. Prospective quoters possessing the requisite skills, resources and capabilities necessary to perform the stated requirements attached hereto 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: 1. 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 in support of this requirement. If significant subcontracting or teaming is anticipated in order to demonstrate and deliver technical capability, prospective quoters should address the administrative and management structure of such arrangements. 2. Contractor and Government Entity (CAGE) Codes for all prime and subcontractor prospective quoters. 3. 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. 4. A tailored capability statement displaying the prospective quoter�s ability to perform the PWS requirements attached herein in support of JS, to include past performance information. When providing past performance information, please include only relevant past performance on the same/similar work within the last five (5) years. This relevant past performance information should identify the applicable contract number; total contract dollar amount; contract period of performance; description of the relevant services provided; and a customer point of contact with corresponding telephone number and e-mail address. If subcontractor past performance is provided in order to demonstrate technical capability, the prospective quoter should clearly detail what aspects of the requirement the contractor supported that are similar to the Joint Staff�s Collective Joint Training requirement. All submissions are required to be submitted via e-mail to martyn.t.piggott.civ@us.navy.mil no later than 5:00pm (local time/Philadelphia, PA) on Friday, 3 October 2025. Please direct any questions concerning this sources sought synopsis to Martyn Piggott 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, nor will the Government pay for the information received in response to this announcement. Respondents will not be notified of the results. Please note the information contained within this sources sought synopsis will be updated and/or may change prior to issuance of an official Pre-Solicitation synopsis notice and subsequent solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/79531ec523e04bc6a1c43618984ea907/view)
- Place of Performance
- Address: Washington, DC, USA
- Country: USA
- Country: USA
- Record
- SN07562052-F 20250823/250821230101 (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 |