Naval Sea Logistics Center Readiness Based Sparing Services
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 Sea Logistics Center (NAVSEALOGCEN) is soliciting proposals for Readiness Based Sparing (RBS) Services to support life-cycle logistics for US Naval systems. This opportunity is a Women-Owned Small Business (WOSB) Set-Aside for Seaport contract holders. Proposals are due by February 23, 2026, 8:00 PM EST.
Scope of Work
The contractor will provide subject matter technical expertise in developing and executing RBS models using OPUS SUITE (OPUS and SIMLOX) and the Navy Common Readiness Model (NCRM). Key tasks include:
- Executing and delivering RBS models for system development and sustainment.
- Providing model results to NAVSEALOGCEN and stakeholders using a standardized spreadsheet.
- Supporting the Maritime Allowance RBS Re-Provisioning and Change Review Board (MARRC-RB) package submission.
- Submitting monthly customer progress reports.
- All contractor personnel must possess a Secret clearance.
Contract Details
This is anticipated to be a Cost Plus Fixed Fee (CPFF) task order under an existing Seaport contract. The period of performance includes a base year (June 1, 2026 - May 31, 2027) and four (4) optional years, with an estimated total of 251,580 man-hours. The applicable NAICS code is 541330 (Engineering Services) with a size standard of $47 million.
Eligibility & Compliance
This requirement is 100% set aside for Women-Owned Small Business (WOSB) Seaport contract holders. A minimum Secret facility clearance is mandatory. Offerors must have a current (not more than 3 years old) minimum "Basic" NIST SP 800-171 DoD Assessment in the Supplier Performance Risk System (SPRS). CMMC Level 2 (Self) compliance is required effective November 10, 2025. Operations Security (OPSEC) requirements also apply.
Submission & Evaluation
Proposals must be submitted through the PIEE Solicitation Module by the deadline. Evaluation will prioritize Technical (Approach, Management, Personnel) over Past Performance, with these two factors combined being significantly more important than Cost. Award will be made based on best value to the Government. Questions regarding the solicitation were due 15 calendar days after the original issue date (January 23, 2026).
Key Attachments
Important documents for bidders include:
- Attachment 4: Personnel Qualifications – Details recommended labor mix, government-defined labor categories, and job descriptions for key personnel (Senior Engineer, Project Manager SR).
- CDRLs (A001-A006) – Specifies deliverables such as Proposed Spare Parts Lists, Contractor Status Reports, Data Management Plan, Quality Assurance Program Plan, Phase-Out Transition Plan, and Configuration Management Plan.
- Attachment 6: Cost Proposal Spreadsheet – Template for detailed cost breakdown.
- Attachment 1: DD Form 254 – Outlines security classification and safeguarding requirements.
- Appendix A: Performance Requirements Summary and Attachment 2: Quality Assurance Surveillance Plan (QASP) – Detail performance standards and monitoring methods.