NUWC Division Keyport 2MMTR 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 Department of the Navy, Naval Sea Logistics Center, Mechanicsburg, is soliciting proposals for Miniature Microminiature (2M) Repair / Module Test & Repair (MTR) Services (Solicitation N6572626R3101). This Total Small Business Set-Aside opportunity is exclusively for SeaPort-NxG MAC holders to provide engineering and technical services supporting progressive repair capabilities for Government electronic and electrical systems. The resultant task order will be a Cost Plus Fixed Fee (CPFF) contract with a base year and four option years.
Scope of Work
The contractor will deliver 2MMTR services, encompassing Non-Repair, Repair, and Surge labor. Key responsibilities include providing engineering and technical support to the In-Service Engineering Agent for the 2M/MTR Program. Deliverables will include various reports and data as specified in the Contract Data Requirements List (CDRLs), such as Candidate Lists, Technical Reports, Test Plans, Repair Reports, and Management Plans. The place of performance is Portsmouth, VA 23703.
Contract Details
- Contract Type: Cost Plus Fixed Fee (CPFF) for labor, Cost No Fee for Other Direct Costs (ODCs).
- Period of Performance: One base year and four (4) one-year option periods.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 541330, with a size standard of $45 million.
- DPAS Rating: DO-C9.
Eligibility & Compliance
This opportunity is restricted to Small Business SeaPort-NxG MAC holders with a minimum Secret facility clearance. Offerors must have a current (not more than 3 years old) minimum "Basic" Confidence Level assessment in the NIST SP 800-171 Assessment Report within the Supplier Performance Risk System (SPRS). Additionally, CMMC Level 2 (Self) compliance is required effective November 10, 2025, for information systems processing FCI or CUI.
Submission & Evaluation
- Proposal Due Date: June 11, 2026, at 3:00 PM local time.
- Submission Method: Electronically via the PIEE Solicitation Module. No paper copies will be accepted.
- Questions Due: Within fifteen (15) calendar days following the solicitation issue date (May 11, 2026).
- Evaluation Criteria: Award will be based on a best value trade-off, considering Technical (Factor 1), Past Performance (Factor 2), and Cost Proposal (Factor 3). Technical is more important than Past Performance, and Factors 1 and 2 combined are significantly more important than Factor 3. Technical evaluation includes Technical Approach, Management Approach, and Personnel Approach. Past Performance will be rated Acceptable/Unacceptable, and Cost Proposals will undergo a cost realism analysis.
Key Attachments
Bidders must utilize provided templates for their submission, including the Cost Proposal Spreadsheet (Attachment 6), Past Performance Reference (Attachment 5), and Staffing Plan (Attachment 3). The Performance Work Statement (PWS) is provided as Exhibit A. Interested offerors must request access to Controlled Unclassified Information (CUI) attachments via SAM.gov.