ONR Mission 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) is conducting a Sources Sought / Request for Information (RFI) to identify qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) capable of providing comprehensive Mission Support Services for its Headquarters, Front Office (Code 01), and Mission Support Directorate (Code 05) in Arlington, VA. This market research aims to inform a future competitive SDVOSB set-aside solicitation on GSA OASIS. Capabilities statements are due by February 24, 2026.
Scope of Work
The contractor will provide a wide range of administrative and technical support services. This includes, but is not limited to:
- Technical & Administrative Support: Asset Management, Classified Document Control, Common Access Card (CAC) Issuing Official, Driver/Courier, Engineering Technician, Mailroom Support, Policy Analysis, Program Management, S&T Intelligence Liaison, Security, Supply Room Support, FOIA/PA, and Records Management.
- Financial Management: Financial Analyst Support.
- Human Capital & Corporate Communications: Human Capital support, corporate strategic communication & coordination.
- General Support: Supplemental Labor (Electrical/Carpentry, General Labor, LAN Cabling, Office Relocation). An onsite manager/supervisor will be required to liaise with the Contracting Officer Representative (COR) and ONR management.
Key Requirements
- Personnel must be U.S. citizens.
- Personnel must possess and maintain the required level of security clearance.
- Personnel must be proficient in commercial software (e.g., Microsoft Office).
- Contractor must furnish qualified staff.
Contract & Timeline
- Opportunity Type: Sources Sought / Request for Information (RFI)
- Anticipated Contract Type: Firm Fixed Price (for the future solicitation)
- Anticipated Duration: 60 months / 5 years (for the future solicitation)
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- NAICS Code: 541611
- Capabilities Statement Due: February 24, 2026, by 12:00 PM Eastern Time
- RFI Documents Posted: February 19, 2026
- Notice Published: April 15, 2026 (This notice indicates a future solicitation on GSA E-Buy by April 28, 2026, or sooner.)
Submission & Evaluation
This is a market research effort; it is not a Request for Proposal (RFP) or Request for Quote (RFQ). The government will not award a contract based on this notice. Interested parties must submit a nonproprietary capabilities statement, not exceeding five (5) pages (excluding a cover page), via email to the primary contact. Responses will be used to determine market capabilities and inform acquisition planning.
Additional Notes
This effort represents a consolidation of several current contracts. Incumbent contractors are listed in the RFI document.