FY26 SPCIO Blanket Purchase Agreement for IT Support
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, Strategic Systems Programs (SSP), is soliciting for a Blanket Purchase Agreement (BPA) for Information Technology (IT) supplies and services. This opportunity covers standard IT hardware, peripherals, and consumables, alongside on-site technical services such as running conduit, pulling low voltage cable, and mounting large display monitors at the Washington Navy Yard, DC. This acquisition is a Small Business Set-Aside. Quotes are due February 21, 2026, at 5:00 PM EST.
Scope of Work
This BPA will procure a range of IT supplies and on-site technical services. Key requirements include:
- IT Supplies: Standard cables, peripherals, and consumables. All items must be Trade Agreement Act (TAA) compliant where applicable.
- On-site Technical Services: Running conduit, pulling low voltage cable, and mounting large display monitors.
- Personnel Vetting: All personnel performing on-site work require identity proofing and vetting through the National Crime Information Center (NCIC) database and the Terrorist Screening Database to determine fitness and eligibility for access.
Contract Details
- Contract Type: Blanket Purchase Agreement (BPA)
- Master Dollar Limit: $350,000.00
- BPA Call Limit: $25,000.00
- Period of Performance: March 5, 2026, to March 6, 2029 (3 years)
- NAICS Code: 541519 (Other Computer Related Services)
- PSC Code: DA10 (IT Support Services)
- Place of Performance: 1250 10th St. SE Bldg 200, Washington Navy Yard, DC 20374-5127
Set-Aside & Eligibility
This acquisition is set aside for Small Business. Various small business set-aside clauses are incorporated, including those for HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Women-Owned Small Business (WOSB) concerns.
Submission & Evaluation
- Questions Due: February 2, 2026, 10:00 AM EST.
- Quotes Due: February 21, 2026, 5:00 PM EST.
- Submission Method: Quotes must be submitted via email on Standard Form 1449.
- Evaluation Factors: Price, price-related factors, and Past Performance.
- Award Basis: Award will be made to the lowest-priced responsible quoter whose quote is responsive and most advantageous to the Government.
Additional Notes
The solicitation includes extensive FAR and DFARS clauses, covering contract terms, conditions, representations, certifications, and cybersecurity requirements (CMMC). Payment instructions involve the use of Government Purchase Card (GPC) and Wide Area WorkFlow (WAWF) for invoicing and payment requests.