Engineering and Logistics Support (ELS)

SOL #: N39430-26-RFI-ELSSources Sought

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVFAC SYSTEMS AND EXP WARFARE CTR
PORT HUENEME, CA, 93043-4301, United States

Place of Performance

Place of performance not available

NAICS

Engineering Services (541330)

PSC

Engineering And Technical Services (R425)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)

Timeline

1
Posted
Jan 22, 2026
2
Last Updated
Feb 3, 2026
3
Response Deadline
Mar 9, 2026, 10:00 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 (NAVFAC EXWC) is conducting a Sources Sought Synopsis to identify qualified 8(a) small businesses capable of providing Engineering and Logistics Support (ELS) services worldwide. This market research aims to gather information for a potential follow-on single-award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. Responses are due March 9, 2026.

Scope of Work

The requirement covers comprehensive engineering, integrated product support, and technical services for shore, expeditionary, and ocean systems across their lifecycle for Navy, USMC, DoD, and other expeditionary customers. Services include, but are not limited to:

  • Personnel Administration, Program Management, Lifecycle Integrated Product Support Services
  • Technical Services, Engineering Support, Specialized Engineering Services (mechanical, civil, electrical, electronic, marine, naval architecture, ocean systems, system engineering, test and evaluation, data analysis/analytics)
  • Technical Research and Position Papers, Warfighter Support Services, Safety and Service Advisories
  • Software and Engineering Support, Engineering Investigations, Prototype Development, Test and Evaluations
  • Integrated Product Support (Acquisition, Management, Analysis, Documentation, Risk Management, Configuration Management)
  • Quality Assurance, Sustaining Engineering, Fleet Technical Support, Reliability, Availability, Maintainability and Cost and Supportability (RAM-C) Analysis
  • Life Cycle Cost Analysis, Maintenance Planning and Management, Manpower and Personnel, Supply Support
  • Technical Data Support, Training, Computer Resources Support, Facilities and Infrastructure Services
  • Packaging, Handling, Storage, and Transportation (PHS&T), Quality Control Plan, Data Management, Data Analytics
  • Budget and Financial Analysis, Risk Management, Public Affairs Office (PAO) Support, Information Technology Support Services (Operations, Maintenance, Cybersecurity, Help Desk)
  • Administrative Support, Environmental Support Services (Engineering, Investigations, Remedial Actions, Cost Estimating, Records Management, Field Sampling)

Contract & Timeline

  • Type: Sources Sought (Market Research for future Single-Award IDIQ)
  • NAICS: 541330, Engineering Services (Size Standard: $25.5M)
  • Set-Aside: 8(a) Set-Aside
  • Duration: Anticipated 60-month ordering period + 6-month option
  • Value: Approximately $75M total, with a $10,000 minimum guarantee
  • Task Order Range: Expected $50,000 to $1,000,000
  • Response Due: March 9, 2026, 22:00 UTC
  • Published: January 22, 2026

Evaluation

Responses will be used for market research to identify qualified 8(a) small businesses. This is not a solicitation, and the government will not award a contract based solely on this notice.

Additional Notes

Respondents must have at least five (5) years of experience and provide specific information via the attached "Sources Sought Information Sheet." Required details include company description, technical capability (up to 5 pages), two relevant project examples (up to 2 pages), security clearance, CAGE/UEI, small business status, teaming arrangements, intent to submit a formal response, and confirmation of a DCAA-approved accounting system with cost-reimbursable experience. Submissions should be sent electronically to Marian Basa (marian.c.basa.civ@us.navy.mil) and Crystal Brooks (crystal.s.brooks2.civ@us.navy.mil).

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 5
Sources Sought
Posted: Feb 3, 2026
View
Version 4
Sources Sought
Posted: Feb 2, 2026
View
Version 3
Sources Sought
Posted: Feb 2, 2026
View
Version 2
Sources Sought
Posted: Jan 29, 2026
View
Version 1Viewing
Sources Sought
Posted: Jan 22, 2026