Expeditionary Warfare Analytical Operational Test and Evaluation Support Services
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 Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk intends to award a Firm-Fixed-Price (FFP), Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Expeditionary Warfare Analytical Operational Test and Evaluation Support Services. This requirement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The primary place of performance is Norfolk, VA. Proposals are due March 26, 2026.
Scope of Work
The contractor will provide test and evaluation services to support the Operational Test and Evaluation Force (OPTEVFOR) Division 70, Surface Warfare. This involves evaluating the operational effectiveness and suitability of systems under test, assisting in the acquisition process, conducting tests, and providing timely and accurate evaluations of system performance. Specific services include test design, test planning, modeling and simulation support, test execution, post-test iterative process and reporting, and cyber survivability test planning, all in accordance with the Operational Test and Evaluation Manual (M-3980.2 series).
Contract & Timeline
- Type: Firm-Fixed-Price (FFP), Indefinite-Delivery, Indefinite-Quantity (IDIQ)
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- NAICS: 541330 Exception 2 (Size Standard: $47 million)
- PSC: R425 (Engineering And Technical Services)
- Duration: Five-year basic ordering period (May 16, 2026 - May 15, 2031), with an option to extend services through November 15, 2031.
- Response Due: March 26, 2026, at 2:00 PM ET.
- Published: February 26, 2026.
- Anticipated Award: No later than May 16, 2026.
- Procurement Method: Solicited competitively using FAR Part 12, Part 15, Subpart 16.5, and Subpart 19.14. A previous RFI (N0018926Q0031) informed the SDVOSB set-aside determination.
Place of Performance
The primary place of performance is Norfolk, VA. However, performance may also be required in numerous locations within and outside the continental United States.
Contact Information
All questions regarding this requirement should be directed to Sarah Celestin (sarah.n.celestin.civ@us.navy.mil) and Carlton Walton (carlton.t.walton.civ@us.navy.mil).