R425 - Specialized Technical and Analytical Support Services in Support of ASN (EI&E)
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 (DON), specifically the NAVSUP FLT LOG CTR NORFOLK, is soliciting proposals for Specialized Technical and Analytical Support Services for the Assistant Secretary of the Navy (ASN) Energy, Installations and Environment (EI&E) Deputy Assistant Secretary of the Navy for Energy (ODASN(E)). This is a Total Small Business Set-Aside opportunity, with the intent to award a Firm-Fixed-Price (FFP) Purchase Order contract. The primary goal is to enhance the Navy's energy, water, and other services to meet emerging technology requirements and strengthen warfighter readiness. Proposals are due by April 3, 2026, at 10:00 AM EST.
Scope of Work
The contractor will provide comprehensive technical, policy, and analytical support to ODASN(E) and ASN EI&E. This includes:
- Developing and executing energy, water, and environmental resilience strategies.
- Supporting statutory and regulatory reporting, policy development, and Secretariat taskers.
- Offering technical and financial expertise for mission assurance and risk reduction.
- Facilitating strategic communications, training, and leadership engagements.
- Supporting programs related to energy and water resilience, infrastructure hardening, and critical systems.
- Providing optional labor support for unplanned requirements.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) Purchase Order
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 541690 (Other Scientific and Technical Consulting Services) with a $19.0 million small business standard.
- Period of Performance: A base period of twelve (12) months, followed by four (4) twelve-month option periods, and a six (6) month performance extension provision. The base period is anticipated from June 16, 2026, to June 15, 2027.
- Place of Performance: Primarily remote or at the Pentagon, Washington, D.C.
- Security Requirement: Secret level facility clearance is required for the contractor and personnel.
- Government Furnished Property: Six (6) HP Laptop, EliteBook 645 G10 Notebook PCs will be provided.
Key Deliverables
Deliverables, as outlined in the Contract Data Requirements List (CDRLs), include:
- Statutory Economic Analysis and project justifications.
- Various reports (ERRES, Report to Congress, Annual Energy Performance).
- Programmatic deliverables (briefings, memos, spreadsheets).
- Analytic deliverables (policy development, taskers, point-papers, proposal evaluations).
- Technical deliverables (info memos, administrative tools, technical papers).
- Leadership and Communication Support deliverables (training, public engagements).
- Monthly Contract Progress Reports and Corrective Action Plans.
Evaluation Criteria
This acquisition will use a Best-Value Trade-Off source selection process, with evaluation in two phases:
- Phase I: Facility Clearance (Acceptable/Unacceptable). A rating of Acceptable is mandatory for further evaluation.
- Phase II: Performance Approach, Management Approach, and Past Performance. These non-price factors are in descending order of importance and are collectively more important than price. Price will be evaluated for fairness and reasonableness.
Submission Requirements & Deadlines
- Questions Due: March 25, 2026, at 10:00 AM EST.
- Proposals Due: April 3, 2026, at 10:00 AM EST.
- Submission Method: Electronically via email to Shanna Harris (shanna.c.harris.civ@us.navy.mil) and Sean Bennett (sean.m.bennett22.civ@us.navy.mil).
- Registration: Offerors must be registered in the System for Award Management (SAM) at http://www.sam.gov/.
- Proposal Content: Proposals must include a non-price proposal (covering FCL, Performance Approach, Management Approach, Past Performance) and a separate price proposal. Specific forms for past performance information and reports are provided as attachments.
- CMMC: Cybersecurity Maturity Model Certification (CMMC) Level Requirements are applicable.
Point of Contact
Ms. Shanna Harris, shanna.c.harris.civ@us.navy.mil.