A globe is shown with network icons (security, database & cloud), right aircraft carrier and ships.

There is currently one (1) Area of Interest open for solicitation

If you would like to be notified when new solicitations are posted, please fill out our interest form here.

For more information on responding to a solicitation, see our NAVWAR CSO Resource guide.

 

Area of Interest (AOI)

Cyber Resource and Engineering Workforce (CREW)


Resubmission of Emails Sent to NAVWAR_2.7_CSO@us.navy.mil

Please be advised that the NAVWAR_2.7_CSO@us.navy.mil email system experienced a temporary technical issue from 12 February 2026 and 19 February 2026. As a result, any correspondence sent to this address during the specified timeframe was not delivered.

If an email with questions or feedback was sent during this period, please consider resending to NAVWAR_2.7_CSO@us.navy.mil.
 
We apologize for any inconvenience this may have caused and appreciate your understanding and cooperation.
 

NOTICE to Industry: this is a draft Area of Interest (AoI) issued for market research and planning purposes only. This document is not a solicitation, Request for Proposal (RFP), Request for Quote (RFQ), or a promise to issue a solicitation in the future. The purpose of this draft is to solicit feedback from industry regarding sections 2 through 6 of this draft AoI. Do not submit any capability statements, white papers, and company information. This feedback is entirely voluntary and may be used by the Government to refine its approach for a potential procurement.

The Government will not reimburse respondents for any costs associated with reviewing or providing feedback to this draft AoI.
Questions, comments, concerns, and feedback, not to exceed three pages 11 point font are due 26 February 2026. Questions and feedback regarding this draft AOI can be submitted to NAVWAR_2.7_CSO@us.navy.mil
The Government may choose not to address all questions received.
  1. Introduction
The Department of the Navy (DON) is transforming its approach to information technology (IT) services to better align with industry and commercial standards, to include staff augmentation.
Currently PEO Digital has over 30 contracts, task orders, and interagency agreements that include augmented labor support with over 100 different Labor Categories (LCATS). These contracts have varying product service codes, NAICS, disjointed scopes of work, and are cumbersome to administer. This antiquated business model does not align with our Agile SAFe® operating construct or the future-state Government-Owned, Government Operated, Contractor Supported (GOGOCS) approach to managing IT for the Navy. Modern Service Delivery requires us to flip the script on our approach to acquisition and establish a “Talent Supply Chain” bench of available resources.
In 2024 the DoD Cyber Workforce Framework was codified (via DODD 8140.01, DODI 8140.02, and DODM 8140.03) as the authoritative lexicon based on the work an individual is performing, not a title, job series, or designator – across Military, Civilian, and Contracted labor. This enables a holistic approach to workforce talent management with improved fidelity. A qualified DoD cyber workforce, including cyber enablers, will be better prepared to defeat highly sophisticated cyber adversaries and attract, recruit, and retain the best and brightest individuals by providing opportunities for growth in an environment of unique missions.
PEO Digital is an early Government implementer of the Technology Business Management (TBM) framework (see section 7, Helpful Links). TBM provides a standardized taxonomy for ends (solutions), ways (towers) and means (cost pools). PEO Digital organizationally operates in alignment with the TBM and DCWF frameworks to maximize optimization of consistent agility and flexibility aligned with mission needs of the DON.
PEO Digital is revolutionizing the procurement of Information Technology labor support using the Defense Cyber Workforce Framework (DCWF) and the Technology Business Management (TBM) towers and cost pools to develop a decentralized, modular, orderable catalogue of firm fixed price (FFP) CREW support as the desired end state of this AoI.
  1. Problem Statement
We need a modern approach to augment our cyber workforce in an agile yet standardized framework. The current challenges include an inconsistent classification of resources, technology investment financial management, and a disconnected approach to managing and acquiring a highly skilled workforce to develop, operate and maintain our networks through this transition and beyond. As labor needs fluctuate across various programs and projects, current procurement processes often lack the flexibility, efficiency, and responsiveness required to meet evolving demands.

The Navy has not procured “Gig Economy for DoW IT” matrixed against the DCWF and TBM frameworks or benefited from a talent supply chain. Summary of the problems we hope to solve via this AoI.
  1. Mapping & staffing of legacy Labor Categories to DCWF Work Roles, with alignment to TBM Towers and TBM Staffing Cost Pool
  2. Onboarding delays
    1. Current onboarding timelines require optimization to meet agile operational demands and surge requirements.
    2. Lack of Talent Supply Chain and/or Retainment Bench for surge or sprint support. Restarting the onboarding process per sprint is time consuming. We may have gaps between sprints where that person’s talent is not needed.
  3. Flexible scalable procurement vehicle for a user in PEO Digital to “order” labor support as firm fixed price (FFP).
    1. Mitigate long-lead times and inflexible contracting execution to accelerated timelines from requirement identification to performance start.
    2. On-Ramp and expand orderable talent capabilities (new DCWF Work Roles)
    3. Ability to order Full-Time Equivalents (FTEs) as well as event-specific CREW support. Quantity of FTEs may range based on mission requirements. Sprints may occur in two-week increments.
    4. Scale – adding of users beyond PEO digital to include additional DON cyber and digital organizations.
    5. Commercial and Industry best practices for pricing

Assumptions:
The Government is developing a Naval Digital Marketplace within which your solution will live. That is not part of the current problem statement.
  1. Desired Solution
PEO Digital is seeking a flexible, scalable, and cost-effective solution that aligns with the TBM framework and integrates DCWF labor categories within the TBM Resource Towers and cost pools. Solutions should also include insight into the vendor’s talent supply chain.
Compelling solutions will address the following:
  1. Alignment of all vendor labor to the DCWF labor categories and within the TBM Resource Towers framework.
  2. Identification of your company’s core competencies aligned to the DCWF Elements and the applicable Work Roles. For example, under the IT Element, Company A can supply the following Work Roles: Knowledge Manager (431) and Network Operations Specialist (441).
  3. Your approach to establishing and maintaining a DCWF-qualified Talent Supply Chain / bench, focused on your unique Elements and Work Roles, including the ability to increase/decrease talent based on Government demand.
  4. If feasible, the ability to pivot rapidly on the mix of Work Roles based on current government’s needs.
  5. A unique approach to mitigate onboarding delays by enabling expedited deployment of qualified personnel aligned to mission requirements. Solutions should support accelerated timelines from order placement to performance.
  6. The best suited contracting approach that supports your suggested solution for staffing. The contracting approach(s) must enable efficient and timely labor deployment with the option for single or competitive award.
Any contract or agreement as a result of this AoI is to be for non-personal services. There are no waivers to the personal services prohibition. Therefore, the proposed solution shall focus on capability, responsiveness, and outcomes. Contractor personnel performing services under any resulting award shall not be subject to Government supervision or control. The contractor is solely responsible for the management, performance, and conduct of its personnel.
The Government intends to execute its initial phase in FY26. We intend to prove this concept via a laddered minimum viable product (MVP) approach starting with Engineering and Logistics support to PEO Digital.
Notice to Respondents: Funds are anticipated to be available for award(s). The Government reserves the right to cancel this AoI at any time and is under no obligation to reimburse any associated costs.
  1. Evaluation Criteria
Solutions  will be peer-reviewed by a PEO Digital technical review team. The Phase 1 evaluation criteria are:
  1. Technical: Thoroughness of the response in addressing the Problem Statements and Desired Solutions.
  2. Importance to the Department of the Navy and PEO Digital
  3. Availability of funds

The Government will not pay companies for the costs associated with the submission of solution white papers. Preference will be given to submissions that present a comprehensive and compelling solution to the problem statement. The Government may select the solutions that best meet the needs of PEO Digital for a pitch proceeding directly to a Request for Quote (RFQ) or Request for Solution (RFS). However, only solutions evaluated favorably will be invited to provide a phase 2 pitch. The Government reserves the right to limit the number of companies invited to the pitch. Companies invited for phase 2 pitch will be notified in writing as soon as practicable.

Priority will be given to the most responsive. Capability statements and/or marketing materials that are not responsive to this AoI will not be prioritized.
  1. Awarding Instrument
The proposed effort(s) will be awarded in accordance with CSO N00039-25-S-0001, posted to SAM.gov on 5 June 2025. This document can be found at: https://sam.gov/opp/a606b587755240e1a0b4f7d1e8d557bc/view

This AOI is issued under the authority of 10 U.S.C. § 3458, as amended by the National Defense Authorization Act for Fiscal Year 2026. This authority permits the acquisition of commercial products, commercial services, or nondevelopmental items, and is not limited to 'innovative' solutions. To the extent that any implementing regulations have not been updated to reflect this statutory change, the terms of the statute shall govern.
Award Types: IAW FAR parts 12 and 13 and 10 USC 4022. Commercial Contracts and Other Transaction Authority for Prototype Projects. Contract Types will be firm-fixed price (FFP) or fixed price incentive (FPI). Contract awards will utilize Simplified Acquisition Procedures for Commercial Items and Services to the maximum extent possible. Potential contract vehicle and agreement descriptions are noted as follows
- Commercial Contract IAW FAR 12 and/or FAR 13
- Blanket purchase Agreement IAW FAR 13.303
- Indefinite Delivery, Indefinite quantity (IDIQ) IAW FAR 16.5
- Basic Ordering Agreement (BOA) IAW FAR 16.703
- Prototype Project OTA pursuant to 10 USC 4022
- Production OTA pursuant to 10 USC 4022(f)
Participants are hereby notified that the Government may award a Follow-On Production OTA pursuant to 10 USC 4022(f).
The Government may award one or many contracts or OTAs as a result of this AoI.
  1. Submission Instruction
Solution materials must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) solicitation module link no later than the deadline specified in this announcement. The Government will not accept emailed submissions.
Please refer to this link for information on how to register your company on sam.gov and/or in PIEE and other potentially helpful guides: https://www.navwar.navy.mil/Work-With-Us/NAVWAR-Contracting-Digital-Resource-Guide/

Solution White Papers should not exceed five (5) written pages using 12-point font.

Solution white papers should include the following:
  • Title page (does not count against page limit). Identify the AOI for which the solution white paper is submitted.
  • Company Information
    • Company name,
    • Address,
    • Point of contact name, e-mail, and phone number
  • Executive summary (one page limit, included in five (5) page limit)
  • Solution concepts that address the problem/desired solutions above
  • Company viability, if non-traditional vendor
  • Identification of any planned teaming arrangements, joint ventures, and/or associate contractor agreements (ACAs)
  • Recommended Award Type: companies should recommend an award type to be considered for the effort. Rough Order of Magnitude (FFP per hour) for identified work roles at the Junior, Middle, and Senior levels.
  • PIEE Public Posting URL: https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?noticeId=N0003926RH001&noticeType=SolicitationNotice
  • SAM Public Posting URLhttps://sam.gov/workspace/contract/opp/789dcb6a45004666b150dedf87353376/view 
  1. Helpful Links
Guidance-Card-Icon Dept-Exclusive-Card-Icon