Wargaming and Technical 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 Norfolk (FLCN) intends to award a sole-source, Cost-Plus-Fixed-Fee (CPFF) contract to American Systems Corporation for Wargaming and Technical Support Services for the Joint Staff, J8 in Washington, DC. This notice is for informational purposes only, but interested parties may submit capability statements by January 30, 2026.
Scope of Work
The contractor will provide comprehensive wargaming and technical support services. This includes planning, analysis, monitoring, evaluation, assessment, and documentation of programs. The primary goal is to satisfy force structure assessment and oversight analytical needs, thereby achieving the Joint Staff’s mission requirements.
Contract & Timeline
- Type: Sole-Source, Cost-Plus-Fixed-Fee (CPFF) Presolicitation
- Duration: 12-month base period plus four (4), one-year option periods
- Anticipated Start: No later than May 28, 2026
- NAICS Code: 541330 Engineering Services (Size Standard $25.5M)
- Product Service Code (PSC): R425 Support-Professional: Engineering/Technical
- Response Due: January 30, 2026, 3:00 PM Eastern Standard Time (EST)
- Published: January 15, 2026
Eligibility & Submission
This sole-source action is authorized under FAR 6.302-5, utilizing the Employee Stock Ownership Program (ESOP) as amended by Section 872 of the 2024 NDAA. To be considered for award, sources must meet ESOP requirements and be the incumbent business under predecessor contract N0017819D7111/N0018921F3025. Prospective contractors must be registered in the System for Award Management (SAM).
Interested parties may identify their interest and capability by submitting clear and convincing documentation demonstrating their ability to satisfy the requirements and meet ESOP criteria. Submissions should be sent via email to Contract Specialist Danielle Martin at danielle.n.martin18.civ@us.navy.mil.
Additional Notes
This is not a request for competitive proposals. The Government will consider responses solely for determining whether to conduct a competitive procurement. The Government will not be responsible for any costs incurred by interested parties in responding to this notice of intent.