Undersea Warfare Analytical Operational Test and Evaluation Support 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 Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk intends to award a single, Firm-Fixed-Price (FFP), Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Undersea Warfare Analytical Operational Test and Evaluation (OT&E) Support Services. This requirement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside to support the Operational Test and Evaluation Force (OPTEVFOR) Division 40. The anticipated award date is no later than May 16, 2026.
Scope of Work
The contractor will provide comprehensive support for evaluating the operational effectiveness and suitability of undersea warfare systems assigned to OPTEVFOR for OT&E. This includes:
- Test design and planning
- Modeling and simulation support
- Test execution
- Post-test iterative process and reporting
- Cyber survivability test planning
Services will support OPTEVFOR Division 40, which tests and evaluates all undersea warfare systems, including submarine, surface, aviation, and Unmanned Undersea Vehicle (UUV) anti-submarine warfare and mine warfare systems.
Contract & Timeline
- Type: Firm-Fixed-Price (FFP) Indefinite-Delivery, Indefinite-Quantity (IDIQ)
- Duration: Five-year basic ordering period (May 16, 2026 – May 15, 2031), with an option to extend services through November 15, 2031.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS: 541330 (Engineering Services, Exception 2) with a $47 million size standard
- PSC: R425 (Engineering And Technical Services)
- Response Due: March 23, 2026, at 2:00 PM EST
- Anticipated Award: No later than May 16, 2026
- Published: February 26, 2026
Place of Performance
The primary place of performance is Norfolk, VA. However, performance may also be required at numerous locations within and outside the continental United States.
Additional Notes
This presolicitation follows a Request for Information (RFI)/sources sought notice (N0018926Q0029) posted on January 5, 2026, which informed the decision for an SDVOSB competitive set-aside. All responsible sources may submit a proposal. Questions should be directed to Amber Bradley (amber.v.bradley.civ@us.navy.mil) or Paul Cofield (paul.b.cofield.civ@us.navy.mil).