Information 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 Information Warfare Analytical Operational Test and Evaluation Support Services for the Operational Test and Evaluation Force (OPTEVFOR) in Norfolk, VA. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for a Firm-Fixed-Price (FFP) Indefinite Delivery, Indefinite Quantity (IDIQ) contract, with an estimated maximum value of $49,000,000.00. Proposals are due April 1, 2026, at 10:00 AM Local Time.
Scope of Work
The contractor will provide comprehensive technical and analytical support for the definition, conduct, and analysis of Operational Test and Evaluation (OT&E) of Information Warfare (IW) systems (Code 60). Key services include documentation review, test design, planning, execution, data management, analysis, reporting, modeling and simulation (M&S) support, and program management. Specific tasks involve Mission Based Test Design (MBTD), requirements analysis, test design, test planning, test execution, post-test iterative processes, and cybersecurity testing. Deliverables include various test and evaluation documents, trip reports, and financial status reports.
Contract Details
- Type: Firm-Fixed-Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ).
- Period of Performance: Ordering period from May 16, 2026, to November 15, 2031, with potential option periods.
- Estimated Maximum Contract Value: $49,000,000.00.
- Minimum Contract Value: $2,500.00.
- Per Order Limits: Minimum $25,000.00; Maximum $8,000,000.00.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB).
- NAICS Code: 541330 (Engineering Services), Size Standard: $47,000,000.00 (exception 2 for Military and Aerospace Equipment and Military Weapons).
- Place of Performance: Norfolk, VA.
Submission & Evaluation
- Proposal Due: April 1, 2026, 10:00 AM Local Time.
- Submission Method: Electronically via email to Tierra Watson (tierra.k.watson.civ@us.navy.mil).
- Evaluation: Proposals will be evaluated in two phases. Phase I assesses Facilities Clearance. Phase II evaluates Technical Approach, Past Performance, and Price. Non-price factors are significantly more important than price, with Past Performance being more important than Technical Approach. Within the Technical Approach, Staffing and Performance/Management are equally weighted.
Key Requirements & Notes
- Security Clearance: Top Secret with SCI eligibility is required.
- Cybersecurity: Cybersecurity Maturity Model Certification (CMMC) Level 1 (Self) is required for all contractor information systems.
- Wage Determination: Bidders must comply with the U.S. Department of Labor Wage Determination (WD 2015-4341, Rev. 32) for North Carolina and Virginia.
- Forms: Offerors must complete the provided Past Performance Information Form and utilize the Pricing Spreadsheet for detailed cost submissions.