RFP N6523626R3007-0001

SOL #: N6523626R3007Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NIWC ATLANTIC
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
Submission Deadline
Apr 17, 2026, 4:00 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 released RFP N6523626R3007-0001 for Command, Control, Communications, Computer, Intelligence, Surveillance, and Reconnaissance (C4ISR) Sustainment III services. This opportunity is a Total Small Business Set-Aside exclusively for SeaPort NxG MAC Holders. The requirement is for a Performance-Based Cost-Plus-Fixed-Fee (CPFF), Level of Effort (LOE) & Cost task order. Proposals are due by April 17, 2026, at 4:00 p.m. ET.

Scope of Work

This solicitation seeks comprehensive C4ISR Sustainment III services, including Field Service Representative (FSR) support, fielding, training, Supply Chain Management (SCM), and maintenance support. Services will be required at garrison, deployed, and shipboard locations worldwide. Key tasks involve System Network, Administration, and Operation support, various training types (Remedial, Over the Shoulder, Unit Sustainment, New Equipment), and participation in Integrated Product Teams (IPTs) and Configuration Control Boards. The contractor will also operate two Customer Service Stations for SCM, procurement, and logistics, and adhere to Counterfeit Electronics Parts Detection and Avoidance requirements.

Contract & Timeline

  • Contract Type: Performance-Based Cost-Plus-Fixed-Fee (CPFF), Level of Effort (LOE) & Cost Task Order.
  • Period of Performance: A base year plus four one-year option periods, with an additional six-month option to extend services. The base year is from April 1, 2026, to March 31, 2027.
  • Estimated Award Date: June 15, 2026.
  • Set-Aside: Total Small Business Set-Aside for SeaPort NxG MAC Holders Only.
  • Place of Performance: Primarily Hanahan, SC, with the contractor facility required to be within a 30-mile radius of NIWC Atlantic, Charleston, SC.

Eligibility & Submission

  • Eligibility: Limited to Small Business SeaPort NxG MAC Holders. Offerors must register for PIEE accounts to receive solicitations and submit proposals.
  • Facility Requirements: A current, active TOP SECRET (TS) facility clearance with Sensitive Compartmented Information (SCI) access (TS/SCI) is required at the time of proposal submission. The facility must be at least 6,000 sq ft, with a minimum of 970 sq ft climate-controlled space. COMSEC storage is required within 30 days of task order award.
  • CMMC: CMMC Level 2 (Self) is required at the time of award, with a CMMC Level 2 (C3PAO) assessment required prior to option exercise.
  • Controlled Unclassified Information (CUI): Attachments 5, 8, 9, 12, and 13 contain CUI. Access requires submitting a signed Non-Disclosure Agreement (NDA) for each individual. A single, encrypted email package of consolidated NDAs must be sent to Jessica Meddick (jessica.l.meddick.civ@us.navy.mil) by March 25, 2026, 12:00 p.m. ET.
  • Proposal Submission: Electronic submission via the PIEE Solicitation Module. The government intends to award based on initial submissions without formal interchanges.

Evaluation Criteria

Proposals will be evaluated using a Best Value - Tradeoff source selection process. Non-cost factors include Technical Capability (FSR Support, Supply Chain Management and Maintenance Support, Performance Outcomes for Logistics Support Services) and Contractor Facility (location, size, security).

Key Deadlines

  • NDA Submission Deadline: March 25, 2026, 12:00 p.m. ET.
  • Questions Due: April 1, 2026, 12:00 p.m. ET.
  • Proposal Due Date: April 17, 2026, 4:00 p.m. ET.

Contact Information

For inquiries, contact Jessica Meddick at jessica.l.meddick.civ@us.navy.mil.

People

Points of Contact

Files

Files

Download
Download
View
View
View
View
Download
Download
Download
Download
Download

Versions

Version 11
Solicitation
Posted: Mar 26, 2026
View
Version 10Viewing
Solicitation
Posted: Mar 24, 2026
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 3
Pre-Solicitation
Posted: Jan 12, 2026
View
Version 2
Pre-Solicitation
Posted: Jan 9, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 7, 2026
View