Follow-On Administrative Support Services

SOL #: N6426726R3002Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL SURFACE WARFARE CENTER
NORCO, CA, 92860, United States

Place of Performance

Norco, CA

NAICS

Engineering Services (541330)

PSC

Other Administrative Support Services (R699)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)

Timeline

1
Posted
Jan 21, 2026
2
Last Updated
Mar 26, 2026
3
Submission Deadline
Apr 2, 2026, 10:00 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, Naval Surface Warfare Center, is soliciting proposals for Follow-On Administrative Support Services at Norco, CA, and other specified government sites. This task order is a Cost-Plus-Fixed-Fee Level-of-Effort (CPFF LOE) contract, set aside for SBA-certified 8(a) program participants who are also active SeaPort-NxG MAC Prime holders. Proposals are due by April 2, 2026.

Opportunity Overview

This solicitation, N6426726R3002, is for a task order under the SeaPort-NxG Multiple Award Contract (MAC). It seeks to provide general administrative support services to the Naval Surface Warfare Center, Corona Division, and its designated laboratories (Acquisition and Readiness Assessment, Performance Assessment, and Range Systems Engineering Departments). Proposals from non-MAC holders will not be evaluated. The incumbent contractor is VSolvit LLC (N6426719F3003).

Scope of Work

The required services include comprehensive administrative support such as office equipment operation, filing, word processing, mail distribution, reception, call screening, meeting and event arrangements, data entry for reports and metrics, and preparation of monthly progress, financial, and personnel reports. Additional tasks involve travel arrangements, security clearance assistance, shipping data input, supply orders, and records management. Performance standards are tied to various Contract Data Requirements List (CDRL) items.

Contract Details

  • Contract Type: Cost-Plus-Fixed-Fee Level-of-Effort (CPFF LOE) Task Order (Amendment 0001 forthcoming to clarify).
  • Set-Aside: 8(a) Set-Aside (FAR 19.8).
  • Eligibility: Exclusively active SeaPort-NxG MAC Prime holders who are SBA-certified 8(a) program participants.
  • Period of Performance: Anticipated 12-month base period and four (4) 12-month option periods. Phase-in support begins at award for 30 calendar days, with the period of performance starting May 28, 2026.
  • Place of Performance: Primarily Norco, CA, with other locations including SC, NC, NV, FL, VA, AZ.

Key Requirements & Clarifications

  • Facility & Personnel Clearance: Contractor must possess a final SECRET Facility Clearance Level (FCL), and all personnel must obtain and maintain a SECRET clearance.
  • Personnel Qualifications: Personnel must meet skill and training requirements detailed in Attachments 01 (LOE) and 02 (Personnel Qualifications). Note: Amendment 0001 is forthcoming to correct labor hour discrepancies for Secretary III and Program Manager II.
  • Key Personnel: The government has clarified that key personnel are not designated for this solicitation, despite resume requirements for each position.
  • Government Furnished Property (GFP): Management of GFP is required. Laptops will be provided for filled positions.
  • Organizational Conflict of Interest (OCI): If no OCI exists, an affirmative statement is required in the cover letter, along with the corporate policy for resolving OCIs.

Submission & Evaluation

  • Evaluation Basis: Best value/trade-off.
  • Past Performance: Offerors must provide three recent past performance references (within the last 5 years) relevant to the PWS/SOW, in accordance with Attachment 09.
  • Proposal Formatting: 12-point Times New Roman font applies to headers and footers; call-out boxes and tables may use 9-point. Hyperlinks are not permitted. File naming conventions are specified in Section L, Attachment 23, paragraph 2.5, allowing for additional identifying information. Page limitations for Element B (Management Approach) remain at 10 pages.

Timeline & Contacts

  • Proposal Due Date: April 2, 2026. The proposal due date will not be extended.
  • Published Date: March 25, 2026.
  • Primary Contact: Julian Garibay, julian.p.garibay.civ@us.navy.mil, 951-393-5796.

People

Points of Contact

Files

Files

Download
View
View
View
View
Download
Download
Download

Versions

Version 7
Solicitation
Posted: Mar 26, 2026
View
Version 6
Solicitation
Posted: Mar 26, 2026
View
Version 5
Solicitation
Posted: Mar 25, 2026
View
Version 4Viewing
Solicitation
Posted: Mar 25, 2026
Version 3
Solicitation
Posted: Mar 19, 2026
View
Version 2
Solicitation
Posted: Mar 13, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 21, 2026
View