Expeditionary Warfare Analytical Operational Test and Evaluation Support Services

SOL #: N0018926RW004Pre-Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR NORFOLK
NORFOLK, VA, 23511-3392, United States

Place of Performance

Norfolk, VA

NAICS

Engineering Services (541330)

PSC

Engineering And Technical Services (R425)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Feb 27, 2026
2
Response Deadline
Mar 26, 2026, 2:00 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 Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk intends to award a single, Firm-Fixed-Price (FFP), Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Expeditionary Warfare Analytical Operational Test and Evaluation Support Services. This Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity supports the Operational Test and Evaluation Force (OPTEVFOR) Division 80, Surface Warfare, primarily in Norfolk, VA. Proposals are due March 26, 2026.

Scope of Work

The contractor shall provide test and evaluation services to support OPTEVFOR's Surface Warfare Division (Code 80) in evaluating the operational effectiveness and suitability of surface warfare systems under test. This involves assisting in the acquisition process, conducting tests, and providing timely and accurate evaluations. Specific requirements include:

  • Test design and planning
  • Modeling and simulation support
  • Test execution
  • Post-test iterative process and reporting
  • Cyber survivability test planning

Services will adhere to the processes and procedures prescribed in the Operational Test and Evaluation Manual (M-3980.2 series). While the primary place of performance is Norfolk, VA, work may be required at various locations both within and outside the continental United States.

Contract & Timeline

  • Type: Firm-Fixed-Price (FFP) Indefinite-Delivery, Indefinite-Quantity (IDIQ)
  • Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
  • NAICS: 541330 Exception 2 (Size Standard: $47 million)
  • PSC: R425 (Engineering And Technical Services)
  • Duration: 5-year basic ordering period (May 16, 2026 - May 15, 2031), with an option to extend services through November 15, 2031 (FAR 52.217-8).
  • Anticipated Award: No later than May 16, 2026
  • Proposal Due: March 26, 2026, at 2:00 PM ET
  • Published: February 27, 2026

Evaluation

The Government will consider proposals from all responsible sources. Offerors must self-certify that neither principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive federal contracts. This requirement will be solicited competitively as an SDVOSB set-aside, a determination concurred with by the activity's small business office, following market research from a previous RFI/sources sought notice (N0018926Q0031) posted on January 5, 2026.

Additional Notes

This is a presolicitation notice. The procurement will be conducted using policies and procedures of FAR Parts 12, 15, 16.5, and 19.14. Direct all questions to Sarah Celestin at sarah.n.celestin.civ@us.navy.mil and Carlton Walton at carlton.t.walton.civ@us.navy.mil.

People

Points of Contact

Sarah CelestinPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Pre-Solicitation
Posted: Feb 27, 2026
Expeditionary Warfare Analytical Operational Test and Evaluation Support Services | GovScope