RFP N6523626R3007-0001
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, NIWC Atlantic, has issued RFP N6523626R3007-0001 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. Proposals are due by April 17, 2026, 12:00 p.m. ET.
Opportunity Overview
This Request for Proposal (RFP) seeks comprehensive C4ISR Sustainment III services, including Field Service Representative (FSR) support, fielding, training, supply chain management (SCM), and maintenance. Services will be required at garrison, deployed, and shipboard locations worldwide, supporting various entities such as PEO LS, Marine Corps Intelligence Schools, NECC, and NEIC. Key tasks involve System Network, Administration, and Operation support, various training types, participation in Integrated Product Teams (IPTs), and operating two Customer Service Stations (CSSs) for SCM. This is a new requirement with no direct incumbent.
Contract Details
- Contract Type: Performance-based Cost-Plus-Fixed-Fee (CPFF), Level of Effort (LOE), and Cost task order.
- Period of Performance: A base year followed by four one-year option periods, plus a six-month option to extend services.
- Place of Performance: Primarily Hanahan, SC, with contractor facilities required within a 30-mile radius of NIWC Atlantic, Charleston, SC.
- Eligibility: Restricted to Small Business Seaport NxG MAC holders only. Compliance with small business size standards is mandatory.
Key Requirements & Facility
Offerors must demonstrate technical capability in FSR Support, Supply Chain Management, and Logistics Support Performance Outcomes for C4ISR Programs of Record. 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 proposed facility must be at least 6,000 square feet, including a minimum of 970 square feet of climate-controlled space. Personnel will require Secret clearances, with some needing TS/SCI access. Additionally, CMMC Level 2 (Self) is required at award, with a C3PAO assessment needed before option exercise. Offerors must also submit a Mission Essential Contractor Services Plan.
Submission & Evaluation
Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. The government intends to conduct a streamlined, best value tradeoff evaluation based on initial submissions, without formal interchanges. Non-cost factors include Technical Capability and Contractor Facility. Corporate experience, based on contract references, will be evaluated instead of traditional past performance.
- NDA Submission Deadline: March 25, 2026, 12:00 p.m. ET (for CUI attachments).
- Questions Due: April 1, 2026, 12:00 p.m. ET.
- Proposals Due: April 17, 2026, 12:00 p.m. ET.
- Estimated Award Date: June 15, 2026.
Important Notes
Several attachments contain Controlled Unclassified Information (CUI) and require a signed Non-Disclosure Agreement (NDA) for access. A designated Prime Offeror POC must submit consolidated, encrypted NDAs for their team to Jessica Meddick (jessica.l.meddick.civ@us.navy.mil). Offerors must use provided Pricing Models for cost data.