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 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.

People

Points of Contact

Files

Files

View
View
View
View
Download
Download
Download
Download
Download

Versions

Version 11
Solicitation
Posted: Mar 26, 2026
View
Version 10
Solicitation
Posted: Mar 24, 2026
View
Version 9Viewing
Solicitation
Posted: Mar 20, 2026
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
RFP N6523626R3007 | GovScope