Test and Evaluation 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 Operational Test and Evaluation Services for the Operational Test and Evaluation Force (OPTEVFOR) in Norfolk, VA. This is a Total Small Business Set-Aside for a Firm-Fixed-Price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The services include technical and analytical support for test design, data analysis, and program management. Proposals are due by May 6, 2026, at 12:00 PM ET.
Scope of Work
The contractor will provide comprehensive technical and analytical support for Operational Test and Evaluation. Key services include:
- Documentation Review: Analysis of program documentation.
- Stakeholder Collaboration: Facilitating interaction with relevant parties.
- Team Training & Process Facilitation: Supporting test teams and processes.
- Working-Group Attendance: Participation in relevant groups.
- Test Design & Planning: Developing and executing test strategies.
- Modeling and Simulation (M&S) Support: Assisting with Verification, Validation and Accreditation (VV&A).
- Data Analysis: Interpreting test results.
- Product/Document Creation: Generating required reports and materials.
Specific tasking categories include Statistical Analysis (STAT), Mission-Based Test Design (MBTD), M&S, and Accelerator Team support. Program management support is required across all categories.
Contract Details
- Contract Type: Firm-Fixed-Price, Indefinite Delivery, Indefinite Quantity (IDIQ).
- Period of Performance: A base year plus four (4) option years, totaling five years. The ordering period is from May 16, 2026, to May 15, 2031.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Place of Performance: Norfolk, VA 23505, United States.
- Security Requirement: Top Secret with SCI eligibility.
Submission & Evaluation
- Proposal Submission: Electronic submission via email by May 6, 2026, at 12:00 PM ET.
- Questions Due: May 1, 2026.
- Evaluation Process: A trade-off source selection will be used, conducted in two phases:
- Phase I: Facilities Clearance (Acceptable/Unacceptable).
- Phase II: Technical Approach (Staffing Approach, Performance and Management Approach), Past Performance, and Price.
- Evaluation Weighting: Non-price factors are significantly more important than price. Past Performance is more important than Technical Approach. Technical Approach sub-factors are weighted equally.
Deliverables
Key deliverables include trip reports, monthly progress reports, technical report summaries, annual performance assessments (CPAR), and resumes of proposed personnel.
Contacts
- Primary: kelley.j.nevelsteen.civ@us.navy.mil, 717-229-3520
- Secondary: Carlton Walton, carlton.t.walton.civ@us.navy.mil, 7574431390