Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) Sustainment III

SOL #: N6523626R3007Pre-Solicitation

Overview

Buyer

NORTH CHARLESTON, SC, 29419-9022, United States

Place of Performance

Hanahan, SC

NAICS

Engineering Services (541330)

PSC

Technical Representation Services: Communication, Detection, And Coherent Radiation Equipment (L058)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 7, 2026
2
Last Updated
Mar 26, 2026
3
Response Deadline
Jan 20, 2026, 5:00 PM

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 Information Warfare Center (NIWC) Atlantic has issued RFP N6523626R3007 for Command, Control, Communications, Computer, Intelligence, Surveillance, and Reconnaissance (C4ISR) Sustainment III services. This is a Total Small Business Set-Aside opportunity, exclusively for SeaPort NxG MAC holders. The requirement is for worldwide support, including Field Service Representative (FSR) support, Supply Chain Management (SCM), and maintenance. Proposals are due April 17, 2026, at 12:00 p.m. ET.

Scope of Work

This solicitation seeks comprehensive C4ISR Sustainment III services, encompassing FSR support, fielding, training, SCM, and maintenance. Services will be required at garrison, deployed, and shipboard locations globally, supporting entities such as PEO LS, Marine Corps Intelligence Schools, NECC, NEIC, and the Common Data Link Executive Agent. Key tasks include System Network support, System Administration, System Operation support, and various training types. The contractor will also operate two Customer Service Stations (CSSs) for SCM, manage logistics, and coordinate with OEMs. Counterfeit Electronics Parts Detection and Avoidance (DFARS 252.246.7008) is a critical component.

Contract Details

  • Contract Type: Performance-based Cost-Plus-Fixed-Fee (CPFF), Level of Effort (LOE) task order.
  • Period of Performance: A base year plus four (4) one-year option periods, with an additional six-month option to extend services (FAR 52.217-8).
  • Funding: Incrementally funded.
  • Pass-Through Rate: Maximum 8.0% on CPFF CLINs.
  • Deliverables: eCRAFT (Electronic Cost Reporting and Financial Tracking) CDRL required post-award.

Eligibility & Submission

  • Set-Aside: Total Small Business Set-Aside. Only SeaPort NxG MAC holders are eligible to submit proposals.
  • Submission Method: Electronic submission via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module.
  • Controlled Unclassified Information (CUI): Attachments 5, 8, 9, 12, and 13 contain CUI. Offerors must download, complete, and submit a signed Non-Disclosure Agreement (NDA) (Attachment #17) for each individual requiring access. A single Point of Contact (POC) from the Prime Offeror must consolidate and submit all NDAs via encrypted email to Jessica Meddick (jessica.l.meddick.civ@us.navy.mil) by March 25, 2026, 12:00 p.m. ET.
  • Facility Requirements: The contractor facility must be within a 30-mile radius of NIWC Atlantic, Charleston, SC, be at least 6,000 sq ft, and include a minimum of 970 sq ft of climate-controlled space.
  • Security Clearances: A TOP SECRET (TS) facility clearance (FCL) with Sensitive Compartmented Information (SCI) access (TS/SCI) is required at the time of task order award. Personnel will require Secret clearance, with some needing TOP SECRET with TS/SCI access.
  • CMMC: CMMC Level 2 (Self) is required at the time of award, with a CMMC Level 2 (C3PAO) assessment required prior to option exercise. Offerors must have current CMMC status in SPRS.
  • Accounting System: A formal DCAA or DCMA accounting system audit is not required for proposal submission but will be required prior to award.

Evaluation Criteria

Award will be based on a Best Value - Tradeoff source selection process, with the government intending to evaluate proposals and award based on initial submissions without formal interchanges. Non-cost factors include:

  • Technical Capability: Demonstrated experience in FSR Support, Supply Chain Management and Maintenance Support, and Performance Outcomes for Logistics Support Services, specifically for C4ISR Programs of Record.
  • Contractor Facility: Assessment of the proposed facility's location, size, climate control, and security.
  • Other Requirements: Submission of a Mission Essential Contractor Services Plan and a one-page TSFCL Summary document.

Key Dates & Contact

  • NDA Submission Deadline: March 25, 2026, 12:00 p.m. ET
  • Period for Questions Ends: April 1, 2026, 12:00 p.m. ET
  • Proposal Due Date: April 17, 2026, 12:00 p.m. ET
  • Estimated Award Date: June 15, 2026
  • Contact: Jessica Meddick (jessica.l.meddick.civ@us.navy.mil)

People

Points of Contact

Jessica MeddickPRIMARY

Files

Files

Download
Download

Versions

Version 11
Solicitation
Posted: Mar 26, 2026
View
Version 10
Solicitation
Posted: Mar 24, 2026
View
Version 9
Solicitation
Posted: Mar 20, 2026
View
Version 8
Solicitation
Posted: Mar 17, 2026
View
Version 7
Pre-Solicitation
Posted: Jan 26, 2026
View
Version 6
Pre-Solicitation
Posted: Jan 16, 2026
View
Version 5
Pre-Solicitation
Posted: Jan 14, 2026
View
Version 4
Pre-Solicitation
Posted: Jan 13, 2026
View
Version 3Viewing
Pre-Solicitation
Posted: Jan 12, 2026
Version 2
Pre-Solicitation
Posted: Jan 9, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 7, 2026
View