Information Warfare Analytical Operational Test and Evaluation Support Services

SOL #: N0018926RW005Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR NORFOLK
NORFOLK, VA, 23511-3392, United States

Place of Performance

Norfolk, VA

NAICS

Engineering Services (541330)

PSC

Engineering And Technical Services (R425)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Feb 26, 2026
2
Last Updated
Mar 23, 2026
3
Submission Deadline
Apr 1, 2026, 2:00 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 (NAVSUP FLT LOG CTR NORFOLK) is soliciting proposals for Information Warfare Analytical Operational Test and Evaluation Support Services for the Operational Test and Evaluation Force (OPTEVFOR) Code 60. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for a Firm-Fixed-Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) contract with an estimated maximum value of $49,000,000.00. The place of performance is Norfolk, VA. Proposals are due April 1, 2026, at 10:00 AM Local Time.

Scope of Work

This opportunity requires technical and analytical support for the definition, conduct, and analysis of Information Warfare (IW) systems' operational tests. Key services include:

  • Documentation review, test design, planning, and execution.
  • Data management, test operations support, analysis, and reporting.
  • Modeling and simulation (M&S) support.
  • Program management support.
  • Cybersecurity testing and support. Specific tasks involve Mission Based Test Design (MBTD), requirements analysis, and post-test iterative processes. Deliverables include test and evaluation documents, trip reports, and monthly status reports.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ).
  • Period of Performance: Ordering period from May 16, 2026, to November 15, 2031, with potential option periods.
  • Estimated Maximum Value: $49,000,000.00.
  • Minimum Value: $2,500.00.
  • Per Order Limits: Minimum $25,000.00; Maximum $8,000,000.00.
  • NAICS Code: 541330 (Engineering Services), Size Standard: $47,000,000.00 (specifically exception 2 for Military and Aerospace Equipment and Military Weapons).
  • Security Clearance: Top Secret with SCI eligibility is required.
  • CMMC: Level 1 (Self) is required for contractor information systems.

Submission & Evaluation

  • Proposal Submission Deadline: April 1, 2026, 10:00 AM Local Time.
  • Submission Method: Electronically via email to Tierra Watson (tierra.k.watson.civ@us.navy.mil).
  • Evaluation Phases:
    1. Phase I: Facilities Clearance.
    2. Phase II: Technical Approach, Past Performance, and Price.
  • Evaluation Factors: Non-price factors are significantly more important than price. Past Performance is more important than Technical Approach. Within Technical Approach, Staffing Approach and Performance/Management Approach are equally weighted.
  • Past Performance: The 12-page limit for Volume I, Factor III, is inclusive of the Past Performance Information form.
  • Labor Categories: Offerors must provide Labor Categories and proposed hours with associated rates at the Contract level, not necessarily exact categories/hours from the Pricing Spreadsheet.
  • CMMC Information: Unique identifiers should be presented in the Technical Proposal.

Key Attachments & Clarifications

  • Solicitation - N0018926RW005.pdf: Provides full details of the requirement.
  • Pricing Spreadsheet.xlsx: Requires detailed pricing for labor categories and travel costs across multiple performance periods. The hours for the FAR 52.217-8 6-month extension have been revised to be half of the originally listed hours.
  • Past_Performance_Information_Form.docx: To be completed by offerors detailing relevant past contracts.
  • PAST_PERFORMANCE_REPORT_FORM.docx: To be completed by previous clients of the offeror.
  • Solicitation N0018926RW005 Questions and Answers.pdf: Contains critical clarifications regarding proposal format, pricing, past performance page limits, labor categories, and CMMC requirements. DAWIA equivalency for T&E qualifications will be accepted if specific prerequisite courses are met or prior service did not support DAWIA certification.
  • WD 2015-4341 Rev. 32 DTD 12032025.pdf: U.S. Department of Labor Wage Determination for North Carolina and Virginia counties, outlining minimum wage rates and fringe benefits.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 3Viewing
Solicitation
Posted: Mar 23, 2026
Version 2
Solicitation
Posted: Mar 11, 2026
View
Version 1
Pre-Solicitation
Posted: Feb 26, 2026
View
Information Warfare Analytical Operational Test and Evaluation Support Services | GovScope