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 Department of the Navy (NAVSUP 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 Support Services. This requirement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside to support OPTEVFOR Division 40. Proposals are due March 23, 2026.
Scope of Work
The contractor will provide test and evaluation services for Undersea Warfare systems, including submarine, surface, aviation, and Unmanned Undersea Vehicle (UUV) anti-submarine and mine warfare systems. Key services include:
- Test design and planning
- Modeling and simulation support
- Test execution
- Post-test iterative process and reporting
- Cyber survivability test planning
The support aims to evaluate the operational effectiveness and suitability of systems assigned to OPTEVFOR for Operational Test and Evaluation (OT&E) in accordance with M-3980.2 (series) manual.
Contract & Timeline
- Contract Type: FFP IDIQ
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 541330 (Engineering Services), Exception 2, with a $47 million size standard
- Product Service Code (PSC): R425 (Engineering And Technical Services)
- Period of Performance: May 16, 2026, through May 15, 2031 (five-year basic ordering period), with an option to extend services through November 15, 2031.
- Anticipated Award Date: No later than May 16, 2026
- Proposal Due Date: March 23, 2026, at 2:00 PM EST
- Published Date: February 27, 2026
Place of Performance
The primary place of performance is Norfolk, VA, but work may be required at various locations both 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 this SDVOSB set-aside. All responsible sources may submit a proposal. Questions should be directed to Amber Bradley (amber.v.bradley.civ@us.navy.mil) and Paul Cofield (paul.b.cofield.civ@us.navy.mil).