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 Department of the Navy (NAVSUP FLT LOG CTR NORFOLK) is soliciting proposals for Expeditionary Warfare Analytical Operational Test and Evaluation Support Services. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for a Firm-Fixed-Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The services involve providing technical and analytical support for the Operational Test and Evaluation Force (OPTEVFOR) concerning U.S. Navy Undersea Warfare systems. Proposals are due March 27, 2026, at 10:00 AM.
Scope of Work
The contractor will provide comprehensive technical and analytical support for the definition, conduct, and analysis of structured Operational Test and Evaluation (OT&E) of U.S. Navy Undersea Warfare systems. This includes support across various warfare and competency divisions, with specific tasks such as Mission Based Test Design, Requirements Analysis, Test Design, Stakeholder Collaboration, Document and Brief Preparation, Modeling and Simulation Support, Test Execution, Post-Test Iterative Process and Reporting, and Cyber Security Subject Matter Expert/Operational support.
Contract & Timeline
- Contract Type: Firm-Fixed-Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ)
- Period of Performance: May 16, 2026, to November 15, 2031 (ordering period ends May 15, 2031, with an option period ending November 15, 2031)
- Minimum Quantity: $2,500.00
- Maximum Quantity: $21,832,237.90
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 541330 (Engineering Services), Size Standard: $47,000,000.00
- Proposal Due Date: March 27, 2026, at 10:00 AM
- Published Date: March 11, 2026
- Place of Performance: Norfolk, VA 23505, United States
Submission & Evaluation
Proposals must be submitted electronically via email to the primary contact, Sarah Celestin (sarah.n.celestin@civ.navy.mil). The evaluation will proceed in two phases: Phase I will assess Facilities Clearance, and Phase II will evaluate Technical Approach, Past Performance, and Price. A "best value" trade-off source selection process will be utilized, with Non-Price Proposal factors being more important than Price. Within non-price factors, Past Performance is more important than Technical Approach, and the two sub-factors of Technical Approach are weighed equally.
Eligibility & Requirements
Offerors must possess an active Top-Secret Facilities Clearance. Specific cybersecurity requirements (CMMC) are detailed in the solicitation. Bidders must adhere to the provided Wage Determination (2015-4341, Rev. 32) for minimum wage rates and fringe benefits in applicable North Carolina and Virginia counties.
Key Attachments
- Solicitation (N0018926RW004): Outlines full requirements, terms, and conditions.
- Pricing Spreadsheet: Requires detailed cost breakdowns for labor categories and travel across multiple performance periods.
- Wage Determination: Specifies minimum wage rates and fringe benefits for various occupations in the performance area.
- Past Performance Information Form: For offerors to detail their relevant past contracts.
- Past Performance Report Form: For previous agencies/companies to provide feedback on a contractor's past performance.
- Draft DD254: Security classification guide (note: the provided summary indicates this document was unreadable).