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 is a Women-Owned Small Business (WOSB) Set-Aside for Seaport contract holders with a minimum Secret facility clearance. The contract is anticipated as a Cost Plus Fixed Fee (CPFF) task order with a base year and four option years. Proposals are due February 23, 2026.
Scope of Work
The contractor will provide subject matter technical expertise in developing, executing, and delivering RBS models using OPUS SUITE (OPUS and SIMLOX) and the Navy Common Readiness Model (NCRM). Services include providing model results to NAVSEALOGCEN and stakeholders, and supporting Maritime Allowance RBS Re-Provisioning and Change Review Board (MARRC-RB) package submissions. Monthly customer progress reports are required.
Contract Details
- Contract Type: Cost Plus Fixed Fee (CPFF) Task Order
- Period of Performance: Base Year (June 1, 2026 - May 31, 2027) + 4 Option Years
- Set-Aside: Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- NAICS: 541330 ($47 million size standard)
- DPAS Rating: DO-C9
- Place of Performance: Mechanicsburg, PA 17050
Key Requirements & Compliance
- Security Clearance: Minimum Secret facility clearance required for all contractor personnel, as specified in DD Form 254. A Non-Disclosure Agreement (NDA) is required for personnel.
- NIST SP 800-171: Offerors must have a current (not more than 3 years old) minimum "Basic" Confidence Level assessment in the Supplier Performance Risk System (SPRS).
- CMMC: Level 2 (Self) compliance required effective November 10, 2025.
- Operations Security (OPSEC): Adherence to OPSEC requirements as detailed in the Operations Security Guide for Defense Contractors.
- Deliverables (CDRLs): Include Proposed Spare Parts List (A001), Contractor Status Report (A002), Contractor's Data Management Plan (A003), Quality Assurance Program Plan (A004), Phase-Out Transition Plan (A005), and Configuration Management Plan (A006).
- Quality Assurance: Performance will be monitored via a Quality Assurance Surveillance Plan (QASP) with specific Acceptable Quality Levels (AQLs) for cost, schedule, quality, business relations, and staffing.
Submission & Evaluation
- Solicitation Number: N6572626R3000
- Proposal Due Date: February 23, 2026, 8:00 PM EST
- Questions Due: 15 calendar days after the issue date (January 23, 2026).
- Submission Method: Proposals must be submitted through the PIEE Solicitation Module.
- Evaluation Factors: Technical (Factor 1), Past Performance (Factor 2), and Cost Proposal (Factor 3). Factor 1 is more important than Factor 2, and Factors 1 and 2 combined are significantly more important than Factor 3.
- Contacts: Marisa Wirfel (marisa.n.wirfel.civ@us.navy.mil) and Michael VanDeMark (michael.t.vandemark.civ@us.navy.mil).