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) for critical hardware manufactured by Hewlett Packard Enterprise Co. (HPE), Dell, Inc., and Sun Microsystems, Inc. This is a Firm Fixed-Price combined synopsis/solicitation (RFQ) for services at Dahlgren, VA. Quotations are due by February 17, 2026.
Scope of Work
This requirement is for preventative and remedial maintenance services for Government-owned commercial computer equipment. Key requirements include:
- Preventive Maintenance (PM): Must not interfere with Government prime time operations (Monday-Friday, 0630-1800).
- Remedial Maintenance: On-call services during the Principal Period of Maintenance (PPM), 16 hours per day, Monday-Friday, 0500-2100 (excluding federal holidays).
- Response Time: On-site response within 4 hours for remedial maintenance requests during PPM.
- Downtime: Maximum allowable downtime is 12 PPM hours.
- Personnel: Maintenance personnel must possess at least a SECRET level security clearance.
- Contractor Responsibilities: Maintaining and storing spare parts, entering data into an onsite system service log, and installing free firmware upgrades.
- Brand Name or Equal: The requirement specifies products/services from HPE, Dell, and Sun Microsystems. Utilizing other sources could void warranties.
- Shipping: All costs, including shipping to Dahlgren, VA, and any tariffs, must be included in the quoted price.
Contract & Timeline
- Type: Request for Quotation (RFQ), Firm Fixed-Price
- Set-Aside: UNRESTRICTED
- NAICS: 541519, Size Standard: $50 million
- PSC/FSC: DF10 – IT and Telecom – IT Management as a Service
- Response Due: February 17, 2026, 12:00 p.m. EST
- Anticipated Award: March 16, 2026
- Published: February 12, 2026
Evaluation
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Offerors must provide documentation from the Original Equipment Manufacturer (OEM) confirming their status as an authorized reseller or distributor of the brand-name item(s) quoted. Quotes without this documentation may not be considered. Offerors are encouraged to submit published or historical pricing data to support price analysis.
Additional Notes
- Firms must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award.
- Questions regarding this solicitation should be submitted via email to karen.l.major7.civ@us.navy.mil prior to the RFQ closing, referencing Synopsis/Solicitation Number N0017826Q6663 in the subject line.
- Applicable documents include SF1449, Statement of Work (SOW), Equipment List, and DD254.