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) has issued Solicitation N6600126R0002 for a Cyberspace Science, Research, Engineering and Technology Integration Small Business Multiple Award Contract (MAC). This Total Small Business Set-Aside seeks professional and technical services to support NIWC Pacific's Cyberspace Operations. Proposals are due by 11:00 AM PT on April 24, 2026.
Scope of Work
This follow-on requirement covers a broad range of services for full-spectrum Cyberspace Operations, including Offensive (OCO), Defensive (DCO), and DODIN Operations. Key areas include:
- Technology assessment, development, and transition
- Systems engineering, requirements analysis, and operational/technical support
- Exercise and experimentation support
- Software development and prototyping (including reverse engineering)
- Security engineering, cybersecurity risk management, and information technology systems support
- Development and deployment of holistic systems for Cyber Situational/Battlespace Awareness (CS/BA) and Command and Control (C2) of Cyberspace Operations. Emphasis is placed on DevSecOps methodologies for rapid, secure, and continuous capability development.
Contract Details
- Contract Type: Indefinite-Delivery/Indefinite-Quantity (IDIQ) with Cost-Plus-Fixed-Fee (CPFF) for services and Cost (no fee) for Other Direct Costs (ODCs).
- Overall Ceiling: $50,000,000.00
- Period of Performance: June 1, 2026, to May 31, 2033 (5-year base, 2-year option).
- Estimated Level of Effort: 305,981 hours.
- Security Requirements: Top Secret facility clearance (FCL) is required at the time of proposal submission. Incidental Sensitive Compartmented Information (SCI) access is needed, potentially requiring access to networks like JWICS, NSAnet, and NGAnet. Performance may occur at various locations including San Diego, CA; Fort Meade, MD; and Offutt AFB, NE.
Eligibility & Evaluation
This is a Total Small Business Set-Aside MAC. Proposals will undergo a three-step evaluation: Acceptability of Offer, Capability (Organizational Experience, Past Performance), and Source Selection Decision. Price will not be evaluated for the basic contract but will be a factor for task orders. A "No Tradeoff" approach will be used. Offerors must possess a Top Secret FCL at the time of proposal submission. Organizational experience can include work as a prime or subcontractor, but subcontractor references will not be considered for Past Performance evaluation. Compliance with DFARS 252.204-7021 and 252.204-7025 regarding Cybersecurity Maturity Model Certification (CMMC) Level Requirements is mandatory.
Submission Information
Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) website (https://piee.eb.mil). The deadline for questions was April 6, 2026. Any amendments and the consolidated Q&A (Att_6_QandA) are available on PIEE. Primary Contact: Eric Pomroy (eric.r.pomroy.civ@us.navy.mil) Secondary Contact: Jacob Ward (jacob.p.ward.civ@us.navy.mil)