N6600126R0002 - Cyberspace Science, Research, Engineering and Technology Integration Small Business Multiple Award Contract (MAC)
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 Department of the Navy, Naval Information Warfare Center Pacific (NIWC Pacific), has posted Solicitation N6600126R0002 for a Cyberspace Science, Research, Engineering and Technology Integration Small Business Multiple Award Contract (MAC). This Total Small Business Set-Aside opportunity seeks professional and technical services to support NIWC Pacific's critical Cyberspace Operations. The contract is structured as a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) with a Cost Plus Fixed Fee (CPFF) pricing arrangement. Proposals are due by April 20, 2026, at 11:00 AM Pacific Time.
Scope of Work
This MAC will provide expertise across the full spectrum of Cyberspace Operations, including Offensive (OCO), Defensive (DCO), and Department of Defense Information Network (DODIN) Operations. Key services encompass technology assessment, development, and transition; systems engineering; operational and technical support; exercise and experimentation support; software development and prototyping; training support; and security engineering/cybersecurity. The effort supports NIWC Pacific's role as a primary RDT&E and Acquisition Center for C4ISR and Information Operations, focusing on assuring warfighter superiority in the cyberspace domain.
Contract Details
This is a Multiple Award IDIQ contract with a five-year base period and a two-year option period. The overall contract ceiling is $50,000,000.00, with a base period ceiling of $34,317,000.00 and an option period ceiling of $15,683,000.00. Pricing will be Cost Plus Fixed Fee (CPFF) for services and Cost (no fee) for Other Direct Costs (ODCs). The estimated level of effort is 305,981 hours. The NAICS code is 541330 with a $47 million size standard. Performance locations include San Diego, CA, and potentially Fort Meade, MD; Honolulu, HI; San Antonio, TX; Washington, DC; and Offutt AFB, NE.
Security Requirements
This acquisition has stringent security requirements, including Top Secret clearance with incidental Secure Compartmented Information (SCI) access. Contractors will need to obtain and maintain SCI clearances and specific network access (e.g., JWICS, NSAnet, NGAnet). A DD Form 254 outlines these security protocols, which are critical for bidder eligibility and performance.
Submission & Evaluation
Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. Offerors are required to register in PIEE. The deadline for submitting questions is April 6, 2026, at 11:00 AM Pacific Time. Proposals are due by April 20, 2026, at 11:00 AM Pacific Time, with an estimated award date of June 1, 2026. Evaluation will proceed in three steps: Acceptability of Offer, Capability (Organizational Experience, Past Performance), and Source Selection Decision, utilizing a "No Tradeoff" approach. Price will be a factor for task orders, not the base contract. Required attachments include an Organizational Experience Matrix and Past Performance Questionnaire.