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 FLT LOG CTR NORFOLK, is soliciting proposals for Undersea Warfare Analytical Operational Test and Evaluation Support Services. This Firm-Fixed-Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) contract seeks technical and analytical support for the Operational Test and Evaluation Force (OPTEVFOR) for U.S. Navy Undersea Warfare systems. This acquisition is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by March 23, 2026, at 10:00 AM.
Scope of Work
The contractor will provide comprehensive technical and analytical support for the definition, conduct, and analysis of structured Operational Test and Evaluation (OT&E) of U.S. Navy Undersea Warfare systems. This includes support for documentation review, test design, test execution, data management, test planning, test operations, test analysis and reporting, modeling and simulation, and program management. Support extends to various warfare divisions (Undersea Warfare, Air Warfare, C4ISR, Surface Warfare) and competency divisions (Policy and Operations, Test Design, Test Planning and Analysis, Cybersecurity Testing). Specific systems include VIRGINIA Class SSN, COLUMBIA Class SSBN, torpedo programs, and unmanned underwater vehicles, with an emphasis on cybersecurity testing integration.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ).
- Period of Performance: May 16, 2026, to November 15, 2031 (includes option period).
- Place of Performance: Norfolk, VA 23505.
- NAICS Code: 541330 (Engineering Services) with a $47,000,000.00 size standard.
- Minimum Contract Quantity: $2,500.00.
- Minimum Order: $1.00.
- Product Service Code: R425 (Engineering And Technical Services).
Set-Aside
This acquisition is 100% set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns.
Submission & Evaluation
Proposals are due March 23, 2026, at 10:00 AM, and must be submitted electronically via email. The evaluation will proceed in two phases: Phase I for Facilities Clearance, and Phase II covering Technical Approach, Past Performance, and Price. Non-price factors (Technical Approach and Past Performance) are significantly more important than Price. Within Phase II, Past Performance is more important than Technical Approach, with Staffing Approach and Performance/Management Approach weighted equally within the Technical Approach factor. Offerors must possess a Top-Secret Facilities Clearance and Cybersecurity Maturity Model Certification (CMMC) Level 1 (Self) or higher.
Key Attachments
The solicitation includes several critical attachments:
- Pricing Spreadsheet (Attachment 1): Requires detailed cost breakdowns for labor and travel across multiple performance periods.
- Draft DD254 (Attachment 2): Outlines security requirements, including a Top Secret facility clearance and potential access to Sensitive Compartmented Information (SCI).
- Wage Determination (Attachment 3): Provides minimum wage rates and fringe benefits for occupations under the Service Contract Act in North Carolina and Virginia.
- Past Performance Information Form (Attachment 4): A template for offerors to detail their relevant past contract performance.
- Past Performance Report Form (Attachment 5): Used by references to provide feedback on a vendor's past performance.
Contact Information
For inquiries, contact Amber Bradley at amber.v.bradley.civ@us.navy.mil or 7712293567.