ONR Code 32 Admin/FM/Technical Support for Organization Code 032/Ocean Battlespace Sensing
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 Office of Naval Research (ONR), Code 32, is seeking proposals for Administrative, Financial Management, and Technical Support Services for its Ocean Battlespace Sensing program. This 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside is open to Navy SeaPort Next Generation (SeaPort-NxG) contract holders. An amendment is forthcoming to address Q&A and revise the solicitation, including a change to security clearance for the On-Site Support Staff Lead.
Scope of Work
The contractor will provide comprehensive support to enable maritime domain access and distributed operations for naval forces, supporting ONR's basic, applied, and advanced technology development programs. Key services fall into three areas:
- Administrative Support: Meeting scheduling, office operations, proposal package review, data call response, and archive maintenance.
- Financial Management: Assistance with award-level execution and phasing plans, tracking Purchase Requisitions (PRs), managing financial tracker documents, and providing input for programmatic taskers.
- Technical Support: High Performance Computing, cybersecurity compliance (NIST SP 800-171, CMMC Level 2), and aligning portfolios with DoD/DON S&T strategy. Specific roles include On-Site Support Staff Lead, High Performance Computing Specialist, Program Analyst, and SETA.
Contract Details
- Contract Type: Firm Fixed Price Level of Effort Task Order with Cost Reimbursement (no fee) for Other Direct Costs (ODC) CLINs.
- Period of Performance: Anticipated Base Year 1 (2026) with four one-year option periods (2027-2030) and a six-month option to extend services.
- Place of Performance: 875 N Randolph Street, Arlington, VA 22203-1995.
- Incumbent: Allegient Defense, Inc.
Eligibility & Set-Aside
This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Only small businesses holding a SeaPort Next Generation (SeaPort-NxG) IDIQ contract are eligible to submit proposals.
Security Requirements
The contract requires a Top Secret facility clearance and Secret level safeguarding at the contractor's facility. Personnel must have final security eligibility at the TOP SECRET level, be enrolled in Continuous Vetting, and be U.S. persons. Access to classified information will occur at the ONR facility. Compliance with NIST SP 800-171 for Controlled Unclassified Information (CUI) and Operations Security (OPSEC) is mandatory. Subcontracting requires prior written approval.
Evaluation Factors
Proposals will be evaluated in phases:
- Technical (Factor 1): Significantly more important than Past Performance. Includes Technical Approach, Key Personnel Qualifications and Resumes, and Contractor's Staffing Plan and Problem Resolution.
- Past Performance (Factor 2): More important than Price. Requires a minimum of three relevant past performance examples, evaluated via questionnaires.
- Price (Factor 3): Offerors must use provided pricing spreadsheets and narrative forms, adhering to SeaPort-NxG rate caps and a $250/hour service contracting tripwire.
Submission & Deadlines
Proposals must be submitted electronically via the PIEE Solicitation Module. The current response date is May 18, 2026, at 5:00 PM EDT. Offerors must acknowledge receipt of the forthcoming amendment with their proposal submission.
Important Notes
A forthcoming amendment will provide official Q&A responses and incorporate necessary revisions to the solicitation documents, including a change to the security level clearance qualifications for Position 1 - On-Site Support Staff Lead. Offerors are advised to continuously monitor the SAM.gov posting for the official amendment release and any further updates. Extensive Contract Data Requirements List (CDRL) items are required, including monthly progress reports, financial status, annual summaries, staffing plans, and quality control plans.