N6600126R0002 - Cyberspace Science, Research, Engineering and Technology Integration Small Business Multiple Award Contract (MAC)
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 Naval Information Warfare Center Pacific (NIWC Pacific) is soliciting proposals for a Small Business Multiple Award Contract (MAC) for Cyberspace Science, Research, Engineering, and Technology Integration. This Total Small Business Set-Aside opportunity seeks professional and technical services to support full-spectrum Cyberspace Operations. Proposals are due April 24, 2026, at 11:00 AM Pacific Time.
Purpose & Scope
NIWC Pacific requires advice, assistance, coordination, and products to support operational planning, assessment, integration, execution, and technology development for cyberspace superiority. This follow-on MAC will cover a broad range of services including technology assessment, development and transition, systems engineering, operational and technical support, exercise and experimentation support, software development and prototyping, training support, and security engineering/cybersecurity. The work emphasizes DevSecOps methodologies for rapid and secure capability development across Offensive, Defensive, and DODIN Operations.
Contract Details
This is a Multiple Award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract with a Cost-Plus-Fixed-Fee (CPFF) pricing arrangement for services and Cost (no fee) for Other Direct Costs (ODCs). The overall contract ceiling is $50,000,000.00, with a five-year base period ceiling of $34,317,000.00 and a two-year option period ceiling of $15,683,000.00. The estimated period of performance is from June 1, 2026, to May 31, 2033, with an estimated level of effort of 305,981 hours. The NAICS code is 541330 with a $47 million size standard.
Eligibility & Security
This is a Total Small Business Set-Aside, meaning only small businesses are eligible to compete for prime contracts. A Top Secret Facility Clearance (FCL) is required at the time of proposal submission, with incidental Sensitive Compartmented Information (SCI) access. Contractors must comply with cybersecurity requirements, including NIST SP 800-171 and DFARS 252.204-7021 (Cybersecurity Maturity Model Certification Level Requirements). Performance may occur at various locations including San Diego, CA; Fort Meade, MD; Honolulu, HI; San Antonio, TX; Washington, DC; and Offutt AFB, NE, with specific locations determined at the Task Order level.
Submission & Evaluation
Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. Offerors are required to register in PIEE. Evaluation will proceed in three steps: Acceptability of Offer, Capability (Organizational Experience and Past Performance), and Source Selection Decision. Price or cost will not be evaluated for the base contract. Organizational Experience can include work performed by the Prime Offeror as a subcontractor, but Past Performance evaluation will only consider the Prime Offeror's experience. A maximum of three references are permitted.
Key Dates & Contacts
- Proposal Due Date: April 24, 2026, 11:00 AM Pacific Time
- Estimated Award Date: June 1, 2026
- Primary Contact: Eric Pomroy (eric.r.pomroy.civ@us.navy.mil)
- Secondary Contact: Jacob Ward (jacob.p.ward.civ@us.navy.mil)