RFP N6523626R3007
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 (NIWC Atlantic) is soliciting proposals for Command, Control, Communications, Computer, Intelligence, Surveillance, and Reconnaissance (C4ISR) Sustainment III services. This is a Total Small Business Set-Aside opportunity, exclusively for SeaPort NxG MAC holders. The requirement is for Field Service Representative (FSR) support, Supply Chain Management (SCM), and maintenance services for C4ISR systems globally. Proposals are due by April 22, 2026.
Scope of Work
This task order requires comprehensive C4ISR Sustainment III services, including:
- Field Service Representative (FSR) Support: For C4ISR systems at garrison, deployed, and shipboard locations worldwide.
- Supply Chain Management (SCM) & Maintenance: Fielding, training, and maintenance support, including operation of two Customer Service Stations (CSSs).
- Technical Support: System Network, System Administration, System Operation, and various training types.
- Program Participation: Involvement in Integrated Product Teams (IPT), Configuration Control Boards, and engineering review groups.
- Compliance: Adherence to Counterfeit Electronics Parts Detection and Avoidance (DFARS 252.246.7008).
Contract Details
- Contract Type: Performance-Based Cost-Plus-Fixed-Fee (CPFF), Level of Effort (LOE) & Cost task order.
- Procurement Vehicle: SeaPort Multiple Award Contract (MAC).
- Period of Performance: A base year plus four one-year option periods, with an additional six-month option to extend services.
- Estimated Award: June 15, 2026.
- Place of Performance: Primarily Hanahan, SC, United States, with contractor facility required within a 30-mile radius of NIWC Atlantic, Charleston, SC.
Eligibility & Requirements
- Set-Aside: Total Small Business Set-Aside, restricted to SeaPort NxG MAC holders only. No other offers will be considered.
- Facility Clearance: A current, active TOP SECRET (TS) facility clearance with Sensitive Compartmented Information (SCI) access (TS/SCI) is required at the time of proposal submission.
- Personnel Clearances: TS Personnel Clearances (PCLs) for SCI access, and Secret clearances for other personnel.
- CMMC: CMMC Level 2 (Self) required at award, with a C3PAO assessment prior to option exercise.
- Contractor Facility: Must be at least 6,000 sq ft, including 970 sq ft climate-controlled space.
- Accounting System: Formal DCAA/DCMA audit not required for proposal, but mandatory prior to award.
- Submission: Offerors must register for PIEE accounts to receive solicitations and submit proposals.
Evaluation & Submission
- Methodology: Best Value - Tradeoff source selection, based on initial submissions without formal interchanges.
- Factors: Technical Capability (FSR Support, SCM, Logistics Support Performance) and Contractor Facility.
- Submission: Electronic via the PIEE Solicitation Module.
- Proposal Due Date: April 22, 2026, 4:00 PM UTC.
- Amendments: Amendment 0004 extended the closing date and revised pricing model, Section H, and Section L clauses.
Contact Information
For inquiries, contact Jessica Meddick at jessica.l.meddick.civ@us.navy.mil.