RFP N6523626R3007

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, 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 Department of the Navy, NIWC Atlantic, has issued RFP N6523626R3007 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 global support, with a primary place of performance in Hanahan, SC. Proposals are due by April 17, 2026, at 5:00 PM Z.

Scope of Work

This task order requires comprehensive C4ISR Sustainment III services, including Field Service Representative (FSR) support, fielding, training, supply chain management (SCM), and maintenance support. Services will be provided at garrison, deployed, and shipboard locations worldwide. Key tasks involve System Network support, System Administration, System Operation, and various training types (Remedial, Over the Shoulder, Unit Sustainment, New Equipment). Contractors will operate two Customer Service Stations (CSSs) for SCM, coordinate with OEMs and suppliers, and implement Counterfeit Electronics Parts Detection and Avoidance measures.

Contract Details

  • Contract Type: Performance-Based, Cost Plus Fixed Fee (CPFF), Level of Effort (LOE) & Cost task order.
  • Period of Performance: A base year plus four (4) one-year option periods, with an additional 6-month option to extend services (FAR 52.217-8).
  • Anticipated Award: Q3 FY26.
  • NAICS Code: 541330.

Eligibility & Set-Aside

This is a Total Small Business Set-Aside (FAR 19.5). Only Small Business SeaPort NxG MAC holders are eligible to submit proposals. Offerors must register for PIEE accounts to receive solicitations and submit proposals.

Evaluation Factors

Award will be based on a Best Value - Tradeoff source selection process, considering cost and non-cost factors. Non-cost factors include:

  • Factor A – Technical Capability: Evaluates FSR Support, Supply Chain Management and Maintenance Support, and Performance Outcomes for Logistics Support Services.
  • Factor B – Contractor Facility: Assesses location, size (minimum 6,000 sq ft, with 970 sq ft climate-controlled), and security. The facility must be within a 30-mile radius of NIWC Atlantic, Charleston, SC, and can be owned by a teammate.

Key Requirements & Notes

  • Security Clearances: A Top Secret Facility Clearance (TS FCL) with SCI access is required at the time of task order award. Personnel require Secret clearance, with some needing TOP SECRET with TS/SCI access. No SCIF is required for the facility.
  • COMSEC Storage: Required within 30 days of task order award at the contractor's facility.
  • CUI Access: Attachments containing Controlled Unclassified Information (CUI) require a signed Non-Disclosure Agreement (NDA) (Attachment #17) to be submitted to Jessica Meddick via DoD SAEE.
  • Subcontractor Participation: Significant subcontractors are defined as performing at least 20% of total proposed labor hours.
  • Corporate Experience: The government will evaluate corporate experience based on contract references, not traditional past performance.
  • Incumbency: This is a new requirement; there is no direct incumbent. Past similar requirements were executed under task orders N0017819D8323 and N6523622F3009 (Predicate Logic, Inc.).
  • DCAA/DCMA Audit: Not required for proposal submission, but an audit will be required prior to award.
  • Mission Essential Contractor Services Plan (max 5 pages) and a one-page TSFCL Summary are required.

Contact Information

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

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 9
Solicitation
Posted: Mar 20, 2026
View
Version 8Viewing
Solicitation
Posted: Mar 17, 2026
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