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, specifically NAVSUP FLT LOG CTR NORFOLK, is soliciting proposals for Undersea Warfare Analytical Operational Test and Evaluation Support Services. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for a Firm-Fixed-Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The objective is to provide critical technical and analytical support to the Operational Test and Evaluation Force (OPTEVFOR) for U.S. Navy Undersea Warfare systems. Proposals are due by March 23, 2026, at 10:00 AM ET.
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 planning, test execution, data management, test analysis and reporting, modeling and simulation, and program management. Specific support areas include Undersea Warfare (40), Air Warfare (50), C4ISR (60), and Surface Warfare (70) divisions, as well as competency divisions like Policy and Operations (01A), Test Design (01B), Test Planning and Analysis (01C), and Cybersecurity Testing (01D). Systems supported range from VIRGINIA Class SSN and COLUMBIA Class SSBN to various torpedo programs and Unmanned Underwater Vehicles (UUVs), with an emphasis on integrating cybersecurity testing into the acquisition lifecycle.
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)
- Estimated Value: Minimum $2,500.00, Maximum $37,000,000.00
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 541330 (Engineering Services) with a $47,000,000.00 size standard
- Place of Performance: Norfolk, VA, United States
- Security Requirements: Offerors must possess an active Top Secret Facilities Clearance at the time of proposal submission, with SCI eligibility. Cybersecurity Maturity Model Certification (CMMC) Level 1 (Self) or higher is also required.
Submission & Evaluation
Proposals must be submitted electronically via email to Amber Bradley (amber.v.bradley.civ@us.navy.mil) by March 23, 2026, at 10:00 AM ET. The evaluation will proceed in two phases: Phase I assesses Facilities Clearance (Acceptable/Unacceptable), and Phase II evaluates 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, and within Technical Approach, Staffing Approach and Performance/Management Approach are equally weighted.
Key Attachments
Bidders should review the Pricing Spreadsheet (Attachment 1) for detailed cost breakdowns, the Wage Determination (Attachment 3) for minimum labor rates, and the Past Performance Information Form (Attachment 4) for submission requirements. The Questions and Answers (Attachment 6) document provides crucial clarifications, including the requirement for an active Top Secret FCL at proposal submission and updates to the Quality Assurance Surveillance Plan (QASP).