RDTE Program Technical Services

SOL #: N3943026Q1001Pre-Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVFAC SYSTEMS AND EXP WARFARE CTR
PORT HUENEME, CA, 93043-4301, United States

Place of Performance

Port Hueneme CBC Base, CA

NAICS

Research and Development in the Physical (541715)

PSC

Other Environmental Services, Studies, And Analytical Support (F999)

Set Aside

Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)

Timeline

1
Posted
Nov 18, 2025
2
Last Updated
Jan 15, 2026

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.

The Contractor will be expected to provide technical services to an applied Research, Development, Testing, and Evaluation (RDT&E) program. The RDT&E program focuses on Navy driven research needs related to at-sea compliance and permitting to ensure the Navy’s ability to conduct uninterrupted at-sea training and testing. Relevant laws and regulations include the National Environmental Policy Act (NEPA), Marine Mammal Protection Act, Endangered Species Act (ESA), and other federal, state, and local mandates. This will be a new procurement. It does not directly replace an existing contract. No prior contract information exists. Examples of historical documentation and events can be found at the provided website below. 

A commercial service contract is intended, to be specified within a Performance Work Statement (PWS), for the key tasks of: (1) Generating Communication Products, and (2) Meeting Planning, Facilitation, and Documentation. For reference, a Commercial Service Determination (CID301201336822325000) has been associated and recorded for these requirements, and use of provisions and clauses at FAR 12.301(b)(1-4) is intended. A women-owned small business set-aside is intended, but competition between eligible vendors will be conducted to ensure best value selection, under Simplified Acquisition Procedures (ref: FAR Subpart 13.5 Simplified Procedures for Certain Commercial Products and Commercial Services).

The contract term will be for a base period of one year, starting in 2026, plus four option years; only the base period of the contract will offer a minimum guarantee. Additionally, if the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under the Option to Extend Services clause.

This advertisement is a Presolicitation notice for regulatory compliance. Once the Solicitation document (SF 1449) is posted, it will share the same Solicitation Number N3943025Q1001, and will contain pre-award evaluation procedures, proposal requirements for responsiveness and responsibility determinations, and a full set of objectives and standards for future contract performance. All responsible sources may submit pricing quotes and technical capability statements for consideration.

People

Points of Contact

Files

Files

View

Versions

Version 5
Solicitation
Posted: Jan 15, 2026
View
Version 4
Solicitation
Posted: Dec 29, 2025
View
Version 3
Solicitation
Posted: Dec 29, 2025
View
Version 2
Solicitation
Posted: Dec 17, 2025
View
Version 1Viewing
Pre-Solicitation
Posted: Nov 18, 2025
RDTE Program Technical Services | GovScope