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 (OT&E) 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 to assess the operational effectiveness and suitability of surface warfare systems. This includes support for test design, planning, modeling and simulation, test execution, post-test iterative processes, reporting, and cyber survivability test planning, all in accordance with the Operational Test and Evaluation Manual (M-3980.2 series). The primary goal is to assist in the acquisition process, conduct tests, and provide timely, accurate evaluations of system performance.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) Indefinite-Delivery, Indefinite-Quantity (IDIQ)
- Duration: Five-year basic ordering period (May 16, 2026 - May 15, 2031), with a 6-month option to extend services (through November 15, 2031) per FAR clause 52.217-8.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 541330 Exception 2 (Engineering Services), Size Standard: $47 Million
- Product Service Code (PSC): R425 (Engineering And Technical Services)
- Place of Performance: Primarily Norfolk, VA, with potential requirements at numerous CONUS and OCONUS locations.
Key Dates & Actions
- Solicitation Published: March 25, 2026 (Amendment issued March 11, 2026)
- Proposal Due Date: March 27, 2026, at 10:00 AM EST. No extensions will be granted.
- Anticipated Award Date: No later than May 16, 2026
- Services Commence: On or around May 16, 2026
Submission Requirements
Bidders must submit proposals, including a detailed pricing spreadsheet (Attachment 4) that requires fully burdened hourly rates and travel costs for specified labor categories across all performance periods. The Q&A document clarified a typo in the pricing sheet and discrepancies in CLIN periods, which have been addressed in an amendment.
Contact Information
All questions should be directed to Sarah Celestin (sarah.n.celestin.civ@us.navy.mil) and Carlton Walton (carlton.t.walton.civ@us.navy.mil).