Principle Period of Maintenance (PPM )
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 Surface Warfare Center Dahlgren Division (NSWCDD) is soliciting quotations for Principle Period of Maintenance (PPM) services for Government-owned commercial computer equipment at Dahlgren, VA. This is an UNRESTRICTED acquisition for preventative and remedial maintenance. Quotations are due February 17, 2026, by 12:00 p.m. EST.
Scope of Work
This requirement covers preventative and remedial maintenance services for critical hardware, including products from Hewlett Packard Enterprise Co. (HPE), Dell, Inc., and Sun Microsystems, Inc. Services include:
- Preventive Maintenance (PM): Scheduled to avoid interference with Government operations (prime time: Monday-Friday, 0630-1800).
- Remedial Maintenance: On-call services during the Principal Period of Maintenance (PPM), defined as 16 hours per day, Monday-Friday, 0500-2100 (excluding federal holidays).
- Response Time: On-site response within 4 hours for remedial requests during PPM.
- Downtime: Maximum allowable downtime is 12 PPM hours.
- Personnel: Must possess at least a SECRET level security clearance.
- Parts: Contractor is responsible for maintaining and storing spare parts.
- Firmware: Contractor installs government-provided free firmware upgrades; government obtains firmware if there is a cost.
- Equipment List: An attached equipment list details specific hardware assets, including model/part numbers, serial numbers, descriptions, manufacturers, and locations.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (Request for Quotation - RFQ), Firm Fixed-Price.
- Set-Aside: UNRESTRICTED.
- NAICS Code: 541519 (Computer Systems Design Services), Size Standard: $50 million.
- Product Service Code (PSC): DF10 (IT Management Tools And Services).
- Quotations Due: February 17, 2026, 12:00 p.m. EST.
- Anticipated Award Date: March 16, 2026.
- Published: February 17, 2026.
Evaluation & Submission
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Offerors must submit documentation from the Original Equipment Manufacturer (OEM) confirming authorized reseller or distributor status. Quotations without this documentation may not be considered. All responsible offerors must be registered in the System for Award Management (SAM).
Additional Notes
All costs, including shipping, freight, tariffs, or duty charges to Dahlgren, VA, must be included in the quoted price. Utilizing unauthorized sources for maintenance could void warranties. Questions must be submitted via email to karen.l.major7.civ@us.navy.mil, referencing Synopsis/Solicitation Number N0017826Q6663 in the subject line, prior to the RFQ closing.