Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 12, 2025 SAM #8691
SOURCES SOUGHT

R -- TacMobile Increment 3 Capability Product System Engineering and Manufacturing Development

Notice Date
9/10/2025 11:48:51 AM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
NAVAL INFORMATION WARFARE SYSTEMS SAN DIEGO CA 92110-3127 USA
 
ZIP Code
92110-3127
 
Solicitation Number
N000039TacMobile
 
Response Due
9/23/2025 12:00:00 PM
 
Archive Date
10/08/2025
 
Point of Contact
Brian D Griffin, Phone: 6192217146, Abigail Smith, Phone: 6192032156
 
E-Mail Address
brian.d.griffin.civ@us.navy.mil, abigail.l.smith65.civ@us.navy.mil
(brian.d.griffin.civ@us.navy.mil, abigail.l.smith65.civ@us.navy.mil)
 
Description
Description THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or Request for Quote (RFQ) or a promise to issue an RFP or RFQ in the future. This notice is being used for the purpose of market research, market interest, availability, and adequacy of potential business sources. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. Background Tactical Mobile (TacMobile) is a Navy Command, Control, Communications, Computers & Intelligence (C4I) system that supports the Maritime Patrol Reconnaissance Force�s (MPRF) P-8A Poseidon aircraft through Command and Control (C2) of MPRF assets, mission planning, and post-mission data dissemination. The P-8A aircraft is undergoing a major upgrade via the Increment 3 Block 2 configuration, which provides Intelligence, Surveillance, and Reconnaissance (ISR) capabilities to the MPRF and Intelligence Community (IC) at Higher-Than-Secret (HTS) classification levels. The TacMobile system is likewise rapidly undergoing a major upgrade via the Increment 3 system, which will operate within multiple classification enclaves. TacMobile Increment 3 is an ACAT II development program under Program Executive Office C4I (PEO(C4I)) oversight. TacMobile Increment 3 is in the Engineering & Manufacturing Development (EMD) phase with the objective of completing Developmental/Integrated Test in FY27. The Government expects to select a single Prime to rapidly design, develop, integrate, and test two (2) Engineering Development Model (EDM) systems for the TacMobile Increment 3 HTS enclave. Anticipated Period of Performance (PoP) is FY26-FY28. Services will be performed at contractor facilities, NAS Patuxent River, MD; NIWC LANT, Charleston, SC; and NAS Jacksonville, FL. Please see the attached draft Statement of Work (SOW) which details the types of tasks and deliverables that contractors will be required to perform under the contract. Information Assurance Responders to this request shall ensure that Contractor Owned and Operated Networks and Information Systems that process, store, display, manipulate, and/or transmit TacMobile controlled unclassified information shall comply with the protective measures in accordance with DoD Instruction 8582.01, 9 December 2019, Security of Non-DoD Information Systems Processing Unclassified Nonpublic DoD Information. Responders shall comply with DoD Instruction 8520.02, Public Key Infrastructure (PKI) and Public Key (PK) Enabling, 24 May 2011 when transmitting TacMobile Controlled Unclassified Information (CUI), defined as information not previously approved for public release, over unclassified electronic mail (e-mail) to Government recipients. Responders shall ensure those transmissions are encrypted using Department of Defense Public Key Infrastructure (DoD PKI) or an approved External Certification Authority. Responders shall also levy DoD Instruction 8520.02 requirements to sub-contractors in order to satisfy requirements for secure/encrypted transmission of CUI. Submission Content Your response to this RFI, including any capability statement, shall contain no classified information and shall be electronically submitted via encrypted email to brian.d.griffin.civ@us.navy.mil and abigail.l.smith65.civ@us.navy.mil no later than 12:00 PM PDT Day, 23 September 2025. Responses are not to exceed five (5) typewritten pages in a searchable PDF file, 8.5 X 11 paper with a minimum 12-point font size. Responses from interested parties shall include the following information in the specified order below: 1. Cover Sheet that includes: a. Company name and address b. DUNS number and Cage Code c. Point of contact with corresponding phone number and e-mail address d. Business Size and status of the company. Including any Small Business Designation(s), if any 2. Capabilities Statement demonstrating the requisite skills, resources and capabilities necessary to perform the requirements of the SOW, including, but not limited to: a. An overview of the contractor�s staffing plan (labor category mix), including start-up plans and transition of personnel (e.g., length of time and plan to fill each position), and how the labor categories and technical skills will ensure the capability to perform the requirements. b. An overview of the contractor�s plan for recruiting, developing and retaining personnel with the necessary skill sets to accomplish the SOW. c. Demonstrate that your company�s personnel have current non-expired Privileged Access (PRIVAC) and IC network access to support system accreditation under the IC Risk Management Framework (RMF) for the duration of the PoP. Note: This process is not the same as the Naval Intelligence Activity (NIA) accreditation. d. Provide examples of any contractual efforts, with contract numbers, demonstrating accreditation of HTS C4I systems under the IC RMF. e. Provide examples of any contractual efforts, with contract numbers, demonstrating design, development, integration, testing, and production of mobile small form factor HTS C4I systems. Previous contractual efforts designing, developing, integrating, testing, and producing mobile small form factor HTS C4I systems developed specifically for the MPRF is highly desired. f. Demonstrate that your company possesses the necessary knowledge to develop MPRF Preflight-Insertion Data (PID) media building software for the P-8A HTS Combat Systems Media canisters. 3. Rough Order of Magnitude Estimate 4. If the company has managed a task of this complexity and nature before. Respondents to this notice must also indicate whether they are a large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned, Small Business Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify potential sources capable of designing, developing, integrating, testing and producing two (2) TacMobile Increment 3 HTS EDMs to support the MPRF and IC. The information provided in the RFI is subject to change and is not binding on the Government. The Government has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. All data received in response to this RFI that is marked or designated corporate or proprietary will be protected. In order to protect this information if you would like to submit this via encrypted email, please contact the above at least one business day in advance to the submission to coordinate the means for submission. Information and materials in response to this request WILL NOT be returned. No phone calls will be accepted. All questions must be submitted via e-mail. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this RFI.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/004e6ac15461459db899447abe439730/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07586424-F 20250912/250910230054 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.