- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
ONR Research Protections Division (343) and the Department of the Navy (DON) Human Research Protection Program (HRPP) Research Protections Information Technology Management System (RPITMS) Support Services
Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Apr 15, 2026. Industry: NAICS 541330 • PSC R408.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 541330 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 43 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 541330
Description
Request for Information/Sources Sought
ONR Research Protections Division (343) and the Department of the Navy (DON) Human Research Protection Program (HRPP) Research Protections Information Technology Management System (RPITMS) Support Services
N0001426RFI7003
RFI/SS Information for Responses
This announcement constitutes a combination Request for Information (RFI) and Sources Sought (SS) for the purpose of determining market capability of sources and obtaining market research information. It does not constitute a Request for Proposal (RFP), or an indication that the Government will contract any of the items and/or services discussed in this notice. In accordance with Federal Acquisition Regulation (FAR) 15.201, responses to this RFI/SS notice are not offers and cannot be accepted by the Government to form a binding contract. Contractors responding to this request are advised that participation does NOT ensure opportunities for future solicitations or contract awards.
Capability Statements, comments, or responses to this RFI/SS are not to be construed as offers and any input received is not binding on the Government or this potential future requirement. The Government will NOT reimburse any Contractor or individual for any expenses associated with preparation or participation in this RFI/SS.
This RFI/SS includes the following attachments:
DRAFT Performance Work Statement
DRAFT CDRLs
Responses to this RFI/SS shall be submitted via to the Contract Specialist, Amy Anokye - amy.anokye.civ@us.navy.mil, by 15 Apr 2026 at 1200 Eastern.
In the subject line of the email, please state - N0001426RFI7003 – Company Name
The submission should be prepared in the order below. Responses should be submitted as ONE attachment to the POC named above.
Cover Page - Not to Exceed 1 page
- Name of Organization, Cage Code and Unique Entity ID Number;
- Address of Organization;
- Telephone Number, Address, and Email address for the primary point of contact for Capability Statement;
- Indicate all Small Business Type(s) that you qualify for (e.g., Small Business, Woman-Owned Small Business, Economically Disadvantaged Woman-Owned Small Business, Small Disadvantaged Business, 8(a) Certified, HUBZone Certified, Veteran Owned Small Business, and/or Service-Disabled Veteran-Owned Small Business); and,
- Name and number of multiple award vehicles under which the PWS scope would fit, i.e. GSA OASIS, Navy Seaport, etc.
Contractor Responses to Government Questions – Not To Exceed 10 pages (excludes Cover Page)
Contractor Comments/Edits/Recommendations to the Draft PWS and/or Draft CDRLS – Unlimited
Planned Strategy
ONR plans to award one task order for the requirements under the PWS. At this time, the Government considers this requirement as non commercial. The Government intends to use Navy Seaport as the contractual vehicle unless information is submitted as a result of this market research that changes the strategy.
Incumbent Contractors/Award Prices
The current contract, and incumbent contractor, for the work is below. Values and size were determined at time of award.
N0017819D7525/ N0001421F3006/DISK Enterprises - $5M – 60 Months – Firm Fixed Price – Small – Ends 29 Sep 2026 (Ultimate End Date) – Six (6) FTE’s
NAICS
As noted above, the North American Industry Classification System (NAICS) code to this potential award will be 541330 with a size standard of $ 25.5M. This is the only NAICS allowed under Navy Seaport. If your company does not have Navy Seaport, but you believe the scope of the work may fit under another multiple award contract, include the information and the appropriate NAICS.
PSC
The Product Service Code (PSC) applicable to this potential award is R408.
Contract Type
The Government intends to award a Firm Fixed Price Level of Effort for Labor and Cost Reimbursement (no fee) for Other Direct Cost. ODC’s may include travel and materials.
Security Requirements
A DD Form 254, “Department of Defense Contract Security Classification Specification,” will not be required for this effort.
Period of Performance
The Government plans for an award on/around 29 Sep 2026.
The contract period of performance is estimated to be 60 months/5 years.
The Government will include FAR 52.217-8 and will evaluate for a 6 month option IAW the clause.
Organizational Conflict of Interest
ONR has determined that an actual or potential organizational conflict of interest (OCI) exists when a Contractor (including its parent, subsidiaries, and affiliates) performs both systems engineering and technical assistance (SETA) or other support services and Research and Development (R&D) work. Such situations give rise to OCIs or potential OCIs based on impaired objectivity, biased ground rules, and unequal access to information. ONR prefers that companies avoid such situations altogether by choosing to do only one type of work for ONR. See ONR's Statement of Policy on OCIs, which can be found under Compliance and Protections at the following address: https://www.onr.navy.mil/About-ONR/compliance-protections/Organizational-Conflicts-Interest
RFI questions
I. Overall Project Understanding and Approach
These questions gauge the contractor's comprehension of the primary objectives and their strategic approach.
- Describe your overall approach to operating, maintaining, and enhancing the DON RPITMS, ensuring both the continuity of operations and the flexibility to respond to evolving user needs as outlined in the PWS.
- The PWS emphasizes maximizing prior investments and minimizing future costs. What specific measures or methodologies would you implement to achieve these goals?
- How do you plan to interface with the various government stakeholders mentioned, such as ONR Code 343 and DON HRPP, to ensure smooth project execution?
II. Technical Capability and Execution
These questions probe the contractor's ability to perform the specific technical tasks required.
- Describe your direct experience developing and maintaining solutions exclusively within approved Navy-managed environments. Your response should detail your approach to ensuring full compliance with applicable Department of the Navy (DON) cybersecurity policies, platform governance controls, data protection requirements, and approved service configurations.
- Describe your methodology for developing, testing, and implementing reporting solutions and KPI dashboards to support government oversight. Can you provide an example from a past project?
- Explain your process for managing and migrating historical data from various DON Commands into the central system, including how you would ensure data integrity and accuracy.
- The System operates exclusively within the Navy Flank Speed (NFS) Microsoft 365 (M365) cloud-hosted tenant. Key technical components of RPITMS include
- Microsoft SharePoint Online (SPO)
- Microsoft Power Apps
- Microsoft Power Automate
- Microsoft Power BI
Provide a detailed account of your organization’s corporate experience and team capabilities in delivering and supporting management information systems built on the Microsoft 365 platform (SharePoint Online, Power Apps, Power Automate, and Power BI). Please illustrate your proficiency with specific case studies or project examples.
III. Personnel Qualifications and Experience (Key Personnel)
These questions are crucial for verifying the expertise of the individuals who will be leading the project.
- For your proposed Senior Technology Analyst (Key Personnel): Can you provide specific examples that demonstrate their eight years of experience and, critically, their hands-on experience with SECNAVINST 3900.39 series regulations as they relate to IT systems?
- For your proposed Lead Technology Specialist (Key Personnel): Describe their experience leading development teams on projects of similar scope and complexity. How have they utilized Microsoft SharePoint in a leadership capacity?
- Beyond your key personnel, provide a detailed breakdown showing how your proposed team members align with the experience levels defined in the PWS and IGE. Please map the qualifications for the Technology Specialist, the two Technology Analysts, and the System Tester directly to the specific government requirements.
IV. Program Management and Support
These questions assess the contractor's processes for managing the work and supporting the user base.
- Describe your process for managing government-approved System Change Requests (SCRs), from intake and technical assessment to implementation and verification.
- How will you structure the help desk function to provide effective and timely technical support and training to the system's user community?
V. Commerciality and Compliance
- Based on your review of the Draft PWS does your business offer any commercial solutions to meeting this requirement? If yes, please respond to the items below:
- Is the requirement (or a substantially similar capability) currently available as a commercial item or service? If so, please describe the commercial item or service, including its features, capabilities, and intended use.
- Is the item or service sold, leased, or licensed to the general public or non-governmental entities for purposes other than governmental purposes?
- Does your company have evidence of commercial sales, leases, or licenses (e.g., price lists, catalogs, brochures, website links, customer testimonials).
- What percentage of your sales of this item or service are to commercial customers versus government customers?
- Will your firm be compliant with the following systems at time of solicitation and at time of award:
- System for Award Management
- No adverse information on the SAM Excluded Parties Listing
- No adverse information on the SAM Responsibility Listing
- VETS 4212
- NIST Score
- Cyber Security Model Levels
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.