Expeditionary Warfare Analytical Operational Test and Evaluation Support Services
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 Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk intends to award a single, Firm-Fixed-Price (FFP), Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Expeditionary Warfare Analytical Operational Test and Evaluation Support Services. This Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity supports the Operational Test and Evaluation Force (OPTEVFOR) Division 80, Surface Warfare. Proposals are due March 27, 2026, at 10:00 AM EST.
Scope of Work
The contractor will provide comprehensive test and evaluation services for surface warfare systems. This includes assisting in the acquisition process, conducting tests, and delivering timely and accurate evaluations of system performance and capability. Specific tasks involve test design, planning, modeling and simulation support, test execution, post-test iterative processes and reporting, and cyber survivability test planning, all in accordance with the Operational Test and Evaluation Manual (M-3980.2 series). The primary place of performance is Norfolk, VA, with potential requirements at various locations both within and outside the continental United States.
Contract & Timeline
- Contract Type: Single-award, Firm-Fixed-Price (FFP), Indefinite-Delivery, Indefinite-Quantity (IDIQ).
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14).
- NAICS Code: 541330 Exception 2 (Engineering Services), Size Standard: $47 million.
- Product Service Code (PSC): R425 (Engineering And Technical Services).
- Period of Performance: A five-year basic ordering period from May 16, 2026, to May 15, 2031, with an option to extend services through November 15, 2031, per FAR clause 52.217-8.
- Anticipated Award Date: No later than May 16, 2026.
- Proposal Due Date: March 27, 2026, at 10:00 AM EST.
- Published Date: March 24, 2026.
Key Updates & Submission Requirements
This opportunity, initially informed by an RFI (N0018926Q0031), is being solicited competitively as an SDVOSB set-aside. Recent amendments and Q&A clarify several aspects:
- Pricing Sheet: An updated pricing spreadsheet (Attachment 4) is critical for cost proposals, requiring detailed hourly rates and travel costs for various labor categories across the base year, four option years, and the 6-month extension period. Bidders must provide fully burdened rates and calculate subtotals and grand totals.
- Period of Performance & RFP Sections: Discrepancies in CLIN periods and RFP section numbering have been addressed via amendment.
- Due Date: A request for extension was denied; the proposal deadline remains firm at March 27, 2026, 10:00 AM EST. All responsible sources are invited to submit proposals, self-certifying their eligibility.
Contact Information
Direct all questions to Sarah Celestin (sarah.n.celestin.civ@us.navy.mil) and Carlton Walton (carlton.t.walton.civ@us.navy.mil).