This Request for Information (RFI) in anticipation of a potential future procurement program under NAICS code 541330 -Engineering Services. Subject to FAR Clause 52.215-3, entitled Request for Information or Solicitation for Planning Purposes, this announcement constitutes a RFI for written information only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. This FI is not to be construed in any way as a commitment by the U.S. Government, nor will the U.S. Government pay for the information submitted in response.
Background:
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 that will provide RSM Support Services. The primary organization for this support is the Naval Computer and Telecommunications Area Master Station Atlantic (NCTAMS LANT) 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 the solicitation. The period of performance for the anticipated contract is a twelve (12) month base period with four (4) twelve (12) month option periods and with the inclusion of FAR Clause 52.217-8 an additional six (6) months of performance if required by the Government.
The support required under this anticipated procurement is included in the draft Performance Work Statement
(PWS).
RFI SUBMISSION REQUIREMENTS:
Interested parties shall submit responses to this RFI by11:00 AM ET on 10 February 2026. Responses should be emailed to Bridgette Walton at Bridgette.d.walton.civ@us.navy.mil and Amber Geusic at amber.m.geusic.civ@us.navy.mil. Responses should reference the RFI and shall include the following information in this format:
1. Company name, address, Point of Contact name, phone number, and email address.
2. Contractor and Government Entity (CAGE) Code and Unique Entity ID.
3. Business size under NAICS including any socio-economic designations (8(a), HubZone, Woman-Owned Small
Business, Economically Disadvantaged Woman-Owned Small Business, and/or Service Disabled
Veteran-Owned Small Business).
4. Capability statement addressing aptitude to be able to provide the services as prescribed in the draft PWS, in
addition to any information that demonstrates the ability to meet the requirements in the PWS.
5. The work as outlined in the draft PWS shall be performed at NCTAMS LANT.
6. Include any other supporting documentation necessary, as well as existing contracting vehicles (GSA, Seaport-NXG etc.) under which the interested party could perform these services.
Documentation of technical expertise and experience must be presented in sufficient detail for the U.S. Government
to determine that your company possesses the necessary functional area expertise and experience to compete for this
acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed six (4) typewritten
pages in no less than 12-font.
This announcement is NOT a contract, request for proposal, a promise to contract, or a commitment of any kind on
the part of the U.S. Government. The Navy will not assume liability for costs incurred in response to this RFI.
Responses should be emailed to Bridgette Walton at bridgette.d.walton.civ@us.navy.mil and Amber Geusic at amber.m.geusic.civ@us.navy.mil by 11:00 AM ET on 10 February 2026. Again, this is NOT a request for a proposal. Respondents will not be notified of the results and the U.S. Government is NOT required to answer any questions submitted in regards to this RFI. Please note the information within this presolicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any.
Attachment List: Attachment I – Draft Performance Work Statement