R425 - Aviation Warfare Analytical Operational Test and Evaluation 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 Department of the Navy, NAVSUP FLT LOG CTR NORFOLK, is soliciting proposals for Aviation Warfare Analytical Operational Test and Evaluation Support Services for the Aviation Warfare Division (Code 50) at OPTEVFOR Norfolk, VA. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity. The contract is an Indefinite Delivery, Indefinite Quantity (IDIQ) with Firm-Fixed-Price (FFP) task orders. Proposals are due by April 2, 2026, at 11:00 AM local time.
Scope of Work
This opportunity requires technical and analytical support for the definition, conduct, and analysis of Operational Test and Evaluation (OT&E) of U.S. Navy systems. Key support areas include:
- Documentation Review
- Test Planning Support
- Operational Test Design
- Test Analysis and Reporting
- Test Operations Support
- Modeling and Simulation Support
- Program Management Support
- Cybersecurity support, including Cyber Survivability Test Planning and Research.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) Indefinite Delivery, Indefinite Quantity (IDIQ)
- Period of Performance: Ordering period from May 16, 2026, to May 15, 2031, with an option period extending to November 15, 2031.
- Estimated Maximum Contract Value: $37,000,000.00
- Minimum Contract Value: $2,500.00
- Minimum Order: $2,500.00
- Maximum Order: $10,000,000.00
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 541330 (Engineering Services) with a size standard of $47,000,000.00
- Place of Performance: Norfolk, VA 23511, United States
Submission & Evaluation
- Proposals Due: April 2, 2026, 11:00 AM local time.
- Submission Method: Electronically via email to Nicholas Stewart (nicholas.t.stewart1@navy.mil).
- Evaluation Process: Two phases: Phase I (Facilities Clearance) and Phase II (Technical Approach, Past Performance, and Price).
- Source Selection: Best value trade-off, with the Non-Price Proposal being significantly more important than the Price Proposal. Within the Non-Price Proposal, Factor III (Past Performance) is more important than Factor II (Technical Approach). Within Factor II, Staffing Approach and Performance and Management Approach are weighed equally.
Key Attachments & Notes
Offerors must comply with all applicable security requirements, including possessing Top Secret clearance and SCI eligibility, as detailed in the Draft DD254. Compliance with Cybersecurity Maturity Model Certification (CMMC) requirements is also mandatory. Other critical attachments include a Wage Determination (2015-4341) for compliant wages, a Past Performance Information Form for offerors to detail prior contracts, and a Past Performance Report Form for agencies/companies to provide feedback on offerors' past work.