N6600126R0002 - Cyberspace Science, Research, Engineering and Technology Integration Small Business Multiple Award Contract (MAC)

SOL #: N6600126R0002Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NIWC PACIFIC
SAN DIEGO, CA, 92152-5001, United States

Place of Performance

San Diego, CA

NAICS

Engineering Services (541330)

PSC

National Defense R&D Services; Department Of Defense Military; Applied Research (AC12)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 3, 2026
2
Last Updated
Apr 10, 2026
3
Submission Deadline
Apr 24, 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 Department of the Navy, Naval Information Warfare Center Pacific (NIWC Pacific) is soliciting proposals for the Cyberspace Science, Research, Engineering and Technology Integration Small Business Multiple Award Contract (MAC). This is a follow-on, Total Small Business Set-Aside opportunity for professional and technical services supporting cyberspace operations. A Top Secret Facility Clearance (FCL) is required at the time of proposal submission. Proposals are due by April 24, 2026, at 11:00 AM PT.

Scope of Work

This MAC will provide full-spectrum Cyberspace Operations support, including Offensive Cyberspace Operations (OCO), Defensive Cyberspace Operations (DCO), and Department of Defense Information Network (DODIN) Operations. Services encompass technology assessment, development, and transition; systems engineering; operational and technical support; exercise and experimentation support; software development and prototyping; and security engineering/cybersecurity. The work emphasizes DevSecOps methodologies for rapid, secure, and continuous capability development, and will support Cyber Situational/Battlespace Awareness (CS/BA) and Command and Control (C2) of Cyberspace Operations.

Contract Details

This procurement will result in multiple Indefinite Delivery/Indefinite Quantity (IDIQ) Cost Plus Fixed Fee (CPFF) type contracts. The estimated total ceiling is $50,000,000.00 over a five-year base period and a two-year option period. The NAICS code is 541330 with a size standard of $47 million. This is a follow-on to the previous Small Business MAC (N66001-17-D-0114 through -0117). Performance may occur at various locations including San Diego, CA; Fort Meade, MD; Pearl Harbor, HI; San Antonio, TX; Washington, DC; and Offutt AFB, NE.

Eligibility & Security Requirements

This is a Total Small Business Set-Aside. Offerors must possess a Top Secret Facility Clearance (FCL) at the time of proposal submission. Personnel may require access to Secret, Top Secret, and Sensitive Compartmented Information (SCI) levels, including specific networks like JWICS, NSAnet, and NGAnet. Compliance with cybersecurity requirements, including NIST SP 800-171 and CMMC, is essential.

Submission & Evaluation

Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. The deadline for proposals is April 24, 2026, at 11:00 AM PT. The estimated award date is June 1, 2026. Evaluation will proceed in three steps: Acceptability of Offer, Capability (Organizational Experience, Past Performance), and Source Selection Decision, utilizing a "No Tradeoff" approach. Price will not be evaluated for the base contract but will be a factor for task orders. Organizational Experience can include work performed as a prime or subcontractor, but Past Performance evaluation will only consider prime contractor experience.

Key Attachments & Notes

The solicitation includes a Statement of Work (Att_1_SOW), DD Form 254 (Att_2_DD254) detailing security requirements, an Organizational Experience Matrix (Att_3_Org_Exp_Matrix), an Organizational Experience Reference Information Sheet (Att_4_Org_Exp_Reference_Info_Sheet), and a Past Performance Questionnaire (Att_5_Past_Performance_Questionnaire Rev1). A consolidated Q&A document (Att_6_QandA) provides clarifications, including the mandatory Top Secret FCL. Firms are encouraged to regularly review the PIEE website for updates.

People

Points of Contact

Files

Files

Download
Download
View
Download
Download
Download
Download
View
View
View
View

Versions

Version 7
Solicitation
Posted: Apr 10, 2026
View
Version 6
Solicitation
Posted: Apr 9, 2026
View
Version 5
Solicitation
Posted: Apr 8, 2026
View
Version 4Viewing
Solicitation
Posted: Apr 8, 2026
Version 3
Solicitation
Posted: Mar 23, 2026
View
Version 2
Pre-Solicitation
Posted: Mar 19, 2026
View
Version 1
Pre-Solicitation
Posted: Feb 3, 2026
View