CLARINET MERLIN RECEIVING SYSTEM (CMRS) MAINTENANCE AND SUPPORT
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy, specifically NAVSUP FLT LOG CTR NORFOLK, is soliciting for maintenance and support services for the Clarinet Merlin Receiving System (CMRS). This unrestricted acquisition requires bidders to possess an active Top Secret Facility Clearance Level (FCL) at the time of quote submission. Quotes are due by February 17, 2026, at 3:00 PM EST.
Scope of Work
The contractor will provide non-personal services, including personnel, equipment, supplies, and materials, for the maintenance and support of the CMRS. Key responsibilities include maintaining the system in a high state of readiness, providing training for Broadcast Control Authority (BCA) Operators, ensuring Information Assurance (IA) compliance (including IAVM monitoring and ACAS scanning), and supporting various CMRS sites and labs. Performance standards require maintaining an Operational Availability (Ao) of 95% or greater for each CMRS site.
Contract Details
This contract is structured with Firm Fixed Price (FFP) for maintenance services and Cost No Fee for contractor personnel services. It includes a base year, with a period of performance from April 20, 2026, to April 19, 2027, and multiple option years extending through April 19, 2031. Travel costs are anticipated and will be reimbursed on a "Not to Exceed" basis. The primary place of performance includes the Maintenance Engineering Facility (MEF), Long Wave Inc. lab, St. Julien's Creek, and various CMRS sites, with required travel to locations such as Hawaii, Alaska, Virginia, Portugal, the United Kingdom, and Guam.
Eligibility & Evaluation
This is an unrestricted acquisition. A mandatory requirement for award is an active Top Secret Facility Clearance Level (FCL) for contractor personnel at the time of quote submission, which will be verified via DCSA's National Industrial Security System (NISS). Quotes will be evaluated solely on price, encompassing the total price for the base year and all option periods, as well as travel costs. The verification of the required Top Secret FCL is the only non-price factor evaluated.
Submission Requirements
Quotes must be submitted in Microsoft Office Word and Excel formats, with Facility Security Clearance (FCL) documents in PDF. Specific formatting guidelines for pages, fonts, and margins are provided. Submissions should be sent to William Spencer at william.p.spencer.civ@us.navy.mil. Non-compliant quotes may be considered unacceptable or ineligible.
Additional Notes
The solicitation incorporates various FAR and DFARS clauses. The Quality Assurance Surveillance Plan (QASP) outlines the government's methods for monitoring contractor performance, detailing specific performance standards, metrics, and acceptable quality levels (AQLs). While a previous Justification for Other Than Full and Open Competition (J&A) indicated Long Wave, Inc. as the Original Equipment Manufacturer (OEM) with data rights for similar services, this current solicitation is explicitly unrestricted and competitive.