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 full-spectrum Cyberspace Operations. The contract is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) with a total ceiling of $50 million. Proposals are due April 24, 2026, at 11:00 AM PT.
Scope of Work
The requirement covers a wide range of expertise for Cyberspace Operations, including Offensive (OCO), Defensive (DCO), and DODIN Operations. Key activities involve:
- Technology assessment, development, and transition.
- Systems engineering, requirements analysis, and operational/technical support.
- Exercise and experimentation support.
- Software development and prototyping, including DevSecOps methodologies.
- Security engineering and cybersecurity risk management.
- Developing tools for Cyber Situational/Battlespace Awareness (CS/BA) and Command and Control (C2). Work may require access to Top Secret and Sensitive Compartmented Information (SCI) levels, as well as networks like JWICS, NSAnet, and NGAnet. Performance locations include San Diego, CA, and various other U.S. Navy sites, determined at the task order level.
Contract Details
- Contract Type: Multiple Award IDIQ, Cost-Plus-Fixed-Fee (CPFF) for services, Cost (no fee) for Other Direct Costs (ODCs).
- Set-Aside: Total Small Business Set-Aside (NAICS 541330, size standard $47 million).
- Value: Overall ceiling of $50,000,000.00. Base period (5 years) ceiling of $34,317,000.00, option period (2 years) ceiling of $15,683,000.00. Minimum order is $2,500.
- Period of Performance: June 1, 2026, to May 31, 2033.
- Incumbents: This is a follow-on to the SBSA MAC (N66001-17-D-0114 through -0117) held by Avanti Technologies Inc., Millennium Corporation, Sentar Inc., and Vector Planning and Services Inc.
Submission & Evaluation
- Proposal Due Date: April 24, 2026, 11:00 AM PT.
- Submission Method: Electronic via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module.
- Key Requirements: Offerors must possess a Top Secret Facility Clearance (FCL) at the time of proposal submission. Compliance with NIST SP 800-171 and Cybersecurity Maturity Model Certification (CMMC) requirements (DFARS 252.204-7021 and 252.204-7025) is mandatory.
- Evaluation: A three-step process focusing on Acceptability, Capability (Organizational Experience, Past Performance), and Source Selection. Price/cost will not be evaluated for the basic contract but will be a factor for task orders.
- Organizational Experience: Max three references for the Prime Offeror (prime or subcontractor) for work performed since January 1, 2021, mapped to SOW Key Areas.
- Past Performance: Evaluated using CPARS or Past Performance Questionnaires (PPQ). Subcontractor references are not considered for Past Performance.
- Teaming: Contractor Teaming Arrangements (CTAs) are permitted.
Additional Notes
The solicitation includes a consolidated Q&A document (Att_6_QandA) and an updated Past Performance Questionnaire (Att_5_Past_Performance_Questionnaire Rev1). Offerors are encouraged to review all amendments and attachments for complete details.