ONR Code 011 Strategy, Policy, Plans, and Assessment (SPPA) Support 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 Office of Naval Research (ONR), under the Department of the Navy, has issued a Request for Information (RFI) / Sources Sought (SS) for Strategy, Policy, Plans, and Assessment (SPPA) Support Services for ONR Code 011. This RFI/SS aims to gather market capabilities and information for a potential future requirement. Responses are due by March 24, 2026, at 12:00 PM local time, Washington D.C.
Purpose & Scope
ONR seeks qualified sources to provide comprehensive technical, program management, and financial analyst support to ONR Code 011 SPPA and Code 03 Science and Technology (S&T) portfolios. This support is crucial for coordinating, executing, and promoting U.S. Navy and Marine Corps S&T programs. The draft Performance Work Statement (PWS) outlines support across programmatic, technical, financial management, analysis, information, and administrative functions, including oversight of programs like Future Naval Capabilities (FNC) and Innovative Naval Prototypes (INP). Work is primarily on-site at ONR HQ, requiring US Citizens with security clearances and proficiency in relevant systems.
Planned Contract Details
- Opportunity Type: Request for Information / Sources Sought (N0001426RFI7002)
- Set-Aside: None specified (market research phase). Respondents are asked to indicate all small business types they qualify for.
- Planned Vehicle: Navy Seaport (unless market research suggests alternatives).
- NAICS: 541330 ($25.5M size standard); PSC: R408.
- Contract Type: Intends Firm Fixed Price Level of Effort for Labor and Cost Reimbursement (no fee) for Other Direct Costs.
- Security Requirements: DD 254 at the SECRET level is anticipated.
- Period of Performance: An estimated 60 months (5 years), with an award planned around December 3, 2026. This includes a base year and four option years, plus a potential 6-month option.
- FTEs: The Government plans for eight (8) Full Time Equivalents (FTEs) initially, with an additional three (3) FTEs if Option I is exercised.
Incumbent Information
Current contractors for similar work include Cydecor ($11.1M, 8 FTEs, ends Dec 3, 2026) and Avian ($5.7M, 3 FTEs, ends Jan 31, 2028).
Organizational Conflict of Interest (OCI)
ONR has a policy regarding actual or potential OCIs when a contractor performs both Systems Engineering and Technical Assistance (SETA) or other support services and Research and Development (R&D) work. Companies should review ONR's OCI Statement of Policy.
Information Requested from Respondents
ONR seeks input on potential harm to small businesses from consolidation, experience with FNC/INP/OE programs, strategies for sourcing/pricing/retaining highly technical FTEs, facility clearance, prior technical support experience (magnitude, FTEs, retention), availability of commercial solutions, and compliance with various government systems (SAM, VETS 4212, NIST Score, Cyber Security Model Levels).
Submission Requirements
Responses must be submitted as ONE attachment via email to amy.anokye.civ@us.navy.mil by March 24, 2026, at 12:00 PM local time, Washington D.C. The email subject line must be "N0001426RFI7002– Code 011 – Company Name." Submissions should include a Cover Page (<=1 page), Contractor Responses to Government Questions (<=10 pages), and unlimited Contractor Comments/Edits/Recommendations to the Draft PWS/CDRLs.