ONR Code 32 Admin/FM/Technical Support for Organization Code 032/Ocean Battlespace Sensing

SOL #: N0001426R3002Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
OFFICE OF NAVAL RESEARCH
ARLINGTON, VA, 22203-1995, United States

Place of Performance

Arlington, VA

NAICS

Engineering Services (541330)

PSC

Program Management/Support Services (R408)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14) (SDVOSBS)

Timeline

1
Posted
Mar 6, 2026
2
Last Updated
Apr 30, 2026
3
Submission Deadline
May 18, 2026, 6:00 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 Office of Naval Research (ONR), Code 32 (Ocean Battlespace Sensing), is soliciting proposals for Administrative, Financial Management, and Technical Support Services. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside for firms holding a SeaPort Next Generation (Next Gen) IDIQ contract. The services will support ONR's basic, applied, and advanced technology development programs at 875 N Randolph Street, Arlington, VA. Proposals are due by May 18, 2026.

Scope of Work

The contractor will provide extensive support to enable maritime domain access and distributed operations for naval forces. Key tasks include:

  • Administrative Support: Meeting scheduling, logistical support, office operations, data call responses, archive maintenance.
  • Financial Management: Assistance with award-level execution, fiscal planning, budget recommendations, tracking Purchase Requisitions (PRs), managing financial trackers, and providing financial analysis for programmatic taskers.
  • Technical Support: Roles such as High Performance Computing Specialist, Program Analyst, and SETA, aligning portfolios with DoD/DON S&T strategy, and identifying emerging requirements.

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 from September 14, 2026, to September 13, 2031, with a potential six-month extension.
  • NAICS Code: 541330 (Engineering Services) with a $41.5M size standard.
  • Incumbent: Allegient Defense, Inc.

Eligibility & Security

  • Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB).
  • Mandatory Requirement: Offerors must hold a SeaPort Next Gen IDIQ contract.
  • Security: Requires a Top Secret facility clearance and personnel with Top Secret security eligibility. Compliance with NIST SP 800-171 and CMMC Level 2 for Controlled Unclassified Information (CUI) is mandatory. Subcontracting requires prior written approval.

Evaluation Criteria

Proposals will be evaluated in three phases:

  1. Technical Proposal (Factor 1): Significantly more important than Past Performance. Includes Technical Approach, Key Personnel Qualifications and Resumes, and Contractor's Staffing Plan and Problem Resolution.
  2. Past Performance (Factor 2): More important than Price. Requires a minimum of three relevant past performance examples.
  3. Price Analysis (Factor 3).

Submission & Key Dates

  • Proposal Due: May 18, 2026, 6:00 PM ET.
  • Submission Method: Electronically via the PIEE Solicitation Module.
  • Key Personnel: Specific minimum requirements and desired qualifications are outlined for roles like On-Site Support Staff Lead, High Performance Computing Specialist, and Program Analyst.
  • Required Deliverables: Extensive Contract Data Requirements List (CDRL) includes monthly progress/financial reports, annual summaries, staffing plans, travel reports, Quality Control Plan, and System Security Plan.

Attachments

Bidders must utilize provided forms for pricing (including a 'Tripwire' sheet for loaded labor rates), past performance information, technical evaluation (Sub-Factors 1.1, 1.2, 1.3), and a Quality Assurance Surveillance Plan (QASP) which details performance monitoring and evaluation methods.

People

Points of Contact

Mary Helen DentSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 6
Solicitation
Posted: Apr 30, 2026
View
Version 5Viewing
Solicitation
Posted: Apr 29, 2026
Version 4
Solicitation
Posted: Apr 22, 2026
View
Version 3
Solicitation
Posted: Apr 8, 2026
View
Version 2
Solicitation
Posted: Mar 13, 2026
View
Version 1
Solicitation
Posted: Mar 6, 2026
View