Test and Evaluation Services
SOL #: N0018926RW016Pre-Solicitation
Overview
Buyer
Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR NORFOLK
NORFOLK, VA, 23511-3392, United States
Place of Performance
VA
NAICS
Engineering Services (541330)
PSC
Operations Research And Quantitative Analysis Services (R405)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Apr 23, 2026
2
Last Updated
Apr 23, 2026
3
Response Deadline
May 6, 2026, 4:00 PM
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, specifically NAVSUP FLT LOG CTR NORFOLK, is soliciting proposals for Operational Test and Evaluation Services for the Operational Test and Evaluation Force (OPTEVFOR). This effort requires technical and analytical support under a Firm-Fixed-Price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This acquisition is a Total Small Business Set-Aside. Proposals are due May 6, 2026, by 12:00 PM ET.
Scope of Work
The contractor will provide comprehensive technical and analytical support, including:
- Statistical Analysis (STAT): Support for Scientific Test and Analysis Techniques (STAT), including Design of Experiments (DOE) and regression analysis.
- Mission-Based Test Design (MBTD): Facilitation of the MBTD process, consultation with test teams, and training on MBTD policies.
- Modeling and Simulation (M&S): Aid test teams in Verification, Validation and Accreditation (VV&A) processes.
- Accelerator Team: Support for test programs requiring early involvement or additional assistance.
- Program Management Support: Required across all tasking categories.
- Deliverables: Include trip reports, monthly progress reports, technical report summaries, annual performance assessments (CPAR), and resumes of proposed personnel.
Contract Details
- Contract Type: Firm-Fixed-Price, Indefinite Delivery, Indefinite Quantity (IDIQ).
- Period of Performance: A base year plus four (4) option years, totaling an ordering period from May 16, 2026, to May 15, 2031.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Product Service Code: R405 - Operations Research And Quantitative Analysis Services.
- Place of Performance: VA 23505, United States.
Submission & Evaluation
- Proposal Submission: Electronic submission via email by 12:00 PM ET on May 6, 2026.
- Evaluation: A trade-off source selection process will be used, evaluated in two phases:
- Phase I: Facilities Clearance (Acceptable/Unacceptable).
- Phase II: Technical Approach (Staffing Approach, Performance and Management Approach), Past Performance, and Price. Non-price factors are significantly more important than price, with Past Performance being more important than Technical Approach. Technical Approach sub-factors are weighted equally.
- Key Deadlines: Questions are due by May 1, 2026.
Additional Notes
- The security requirement for this effort is Top Secret with SCI eligibility.
- Attachments include a Pricing Spreadsheet, Draft DD254, Wage Determination, Past Performance Information Form, Past Performance Report Form, and Performance Work Statement.
People
Points of Contact
kelley.j.nevelsteen.civ@us.navy.milPRIMARY
Carlton WaltonSECONDARY
Files
Files
No files attached to this opportunity
Versions
Version 2
Solicitation
Posted: Apr 23, 2026
Version 1Viewing
Pre-Solicitation
Posted: Apr 23, 2026