SeaPort-NxG Combat Systems Services (CSS) Follow-on Advance Notice
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 / NSWC Dahlgren has issued an Advance Notice for a follow-on SeaPort-NxG Combat Systems Services (CSS) requirement. This presolicitation seeks to provide management, engineering, operation, and technical expertise for the Surface Combat Systems Center (SCSC) Wallops Island, VA. The support is crucial for the activation, operations, maintenance, and engineering of equipment, systems, and computer programs supporting Naval Sea Systems Command (NAVSEA) and Program Executive Office, Integrated Warfare Systems (PEO IWS) missions. This opportunity is restricted to SeaPort-NxG MAC holders only. A virtual Industry Day is scheduled for May 14, 2026.
Scope of Work
The contractor will provide comprehensive support across SCSC facilities, including the Command Headquarters, AEGIS Engineering and Training Complex, Ship Self Defense System (SSDS) Facility, Sensor Test Site, and Wallops Island Engineering Test Center (WIETC). Key services include:
- Systems Engineering and Analysis: Employing a systems engineering approach, conducting design reviews, maintaining Integrated Master Schedules, and developing Model-Based System Engineering (MBSE).
- Design and Integration: Supporting design and alteration of combat systems, installation, activation, integration, and testing of baseline equipment.
- Testing and Validation: Formulating test plans, conducting RADHAZ, EMI, and RFI testing, and maintaining cable databases.
- Operations & Readiness: Providing project coordination, mission scheduling, operational support, comprehensive readiness, preventive and corrective maintenance, and troubleshooting.
- Configuration & Data Management: Managing hardware, software, and firmware configurations, providing technical library support, and managing Data Analysis Center (DAC) and Common Data Repository (CDR) operations.
- Management Support: Routine communication, deliverable tracking, and budget support. Services are required seven days a week, two shifts per day in AEGIS and SSDS facilities.
Contract & Timeline
- Contract Type: Anticipated Cost-Plus-Fixed-Fee (CPFF) Level of Effort Task Order.
- Period of Performance: A 12-month base period with four (4) 12-month option years, totaling 60 months if all options are exercised.
- Set-Aside: A set-aside determination has not yet been made.
- Solicitation Release: Anticipated in July 2026 via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module.
- Proposal Submission: Approximately 45 calendar days after RFP release.
- Performance Start: Anticipated no later than February 2028.
- Industry Day: A virtual Industry Day will be held on May 14, 2026, at 1300 EST. Registration is required by May 13, 2026, 1200 EST via email to Kaylynn.d.boutchyard.civ@us.navy.mil.
- Published: April 30, 2026.
Key Requirements
- Eligibility: Restricted to SeaPort-NxG MAC holders only.
- Security Clearance: Prime contractor facility must possess a SECRET Facility Security Clearance. All personnel require a current SECRET clearance (interim acceptable).
- Organizational Conflict of Interest (OCI): An OCI clause will be included in the RFP; offerors must certify no OCI or provide a mitigation plan.
- Labor Categories: A draft Labor Category Qualifications and Level-of-Effort (LOE) document is provided, and offerors must propose the LOE as specified.
- Special Requirements: Compliance with Information Assurance (IA) and Cybersecurity policies, including DISA STIGs, vulnerability scanning, and Authority to Operate (ATO) documentation.
Additional Notes
This is an Advance Notice and NOT a request for proposals. The RFP number is N0017826R3103 (subject to update for FY2027).