Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) Sustainment III

SOL #: N6523626R3007Pre-Solicitation

Overview

Buyer

NORTH CHARLESTON, SC, 29419-9022, United States

Place of Performance

Hanahan, SC

NAICS

Engineering Services (541330)

PSC

Technical Representation Services: Communication, Detection, And Coherent Radiation Equipment (L058)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 7, 2026
2
Last Updated
Jan 26, 2026
3
Response Deadline
Jan 20, 2026, 5:00 PM

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 preparing to solicit for Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) Sustainment III services. This will be a Total Small Business Set-Aside opportunity, specifically limited to Small Business Seaport NxG MAC holders. The final Request for Proposal (RFP) is planned for release in QTR2 FY26, with an anticipated award in Q3 FY26.

Scope of Work

This requirement encompasses comprehensive C4ISR sustainment, including:

  • Field Service Representative (FSR) support for C4ISR systems.
  • Fielding, Training, Supply Chain Management (SCM), and maintenance support services.
  • Support to various entities (PEO LS, Marine Corps Intelligence Schools, NECC, NEIC, Common Data Link Executive Agent).
  • Services required at garrison, deployed, and shipboard locations worldwide.
  • Specific tasks include System Network support, System Administration, System Operation support, and various types of Training (Remedial, Over the Shoulder, Unit Sustainment, New Equipment).
  • Participation in Integrated Product Teams (IPT), Configuration Control Boards, and engineering review groups.
  • Operation of two Customer Service Stations (CSSs) for SCM, including sourcing, procurement, and logistics management.
  • Coordination with OEMs, suppliers, and third-party providers.

Contract Details

  • Contract Type: Performance-Based, Cost Plus Fixed Fee (CPFF), Level of Effort (LOE) task order.
  • Period of Performance: Base year (April 1, 2026 – March 31, 2027) plus four one-year option periods, and a 6-month option to extend services.
  • Set-Aside: Total Small Business Set-Aside, limited to Small Business Seaport NxG MAC holders.
  • NAICS Code: 541330.
  • Procurement Vehicle: Task order under the SeaPort Multiple Award Contract (MAC).

Key Requirements & Eligibility

  • Facility Clearance: Top Secret Facility Clearance (TS FCL) with SCI access required at the time of task order award. No SCIF required, but TS Personnel Clearances (PCLs) for SCI access are necessary.
  • Contractor Facility: Must be within a 30-mile radius of NIWC Atlantic, Charleston, SC, with a minimum 6,000 sq ft unclassified warehouse (including climate-controlled storage).
  • COMSEC Storage: Required within 30 days of task order award at the contractor's facility.
  • Subcontractor Participation: Significant subcontractors perform at least 20% of total proposed labor hours.
  • Accounting System: A DCAA/DCMA audit will be required prior to award, though not for proposal submission.
  • Incumbent: This is a new requirement; no direct incumbent. Past similar work was executed under task orders N0017819D8323 and N6523622F3009 (Predicate Logic, Inc.).

Evaluation Factors

Award will be based on a Best Value - Tradeoff source selection process, considering cost and non-cost factors. Anticipated non-cost factors include:

  • Factor A – Technical Capability: Subfactors include FSR Support, Supply Chain Management and Maintenance Support, and Performance Outcomes for Logistics Support Services.
  • Factor B – Contractor Facility: Requirements for location, size, climate control, and security.
  • Past Performance: The government will evaluate corporate experience based on contract references, not traditional past performance.

Timeline & Next Steps

  • Pre-solicitation Conference: Held on January 16, 2026.
  • Draft RFP Questions Due: January 13, 2026.
  • Final RFP Release: Planned for QTR2 FY26.
  • Anticipated Award: Q3 FY26.
  • Offerors should allow an acceptance period of at least 180 days.

Contact: Jessica Meddick, jessica.l.meddick.civ@us.navy.mil.

People

Points of Contact

Jessica MeddickPRIMARY

Files

Files

Download
Download

Versions

Version 7
Pre-Solicitation
Posted: Jan 26, 2026
View
Version 6
Pre-Solicitation
Posted: Jan 16, 2026
View
Version 5
Pre-Solicitation
Posted: Jan 14, 2026
View
Version 4
Pre-Solicitation
Posted: Jan 13, 2026
View
Version 3
Pre-Solicitation
Posted: Jan 12, 2026
View
Version 2Viewing
Pre-Solicitation
Posted: Jan 9, 2026
Version 1
Pre-Solicitation
Posted: Jan 7, 2026
View
Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) Sustainment III | GovScope