R425 - Aviation 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 Department of the Navy, NAVSUP FLC Norfolk, is soliciting proposals for Aviation Warfare Analytical Operational Test and Evaluation (OT&E) Support Services for Division 50 at OPTEVFOR Norfolk, VA. This Firm-Fixed-Price (FFP) Indefinite Delivery, Indefinite Quantity (IDIQ) contract has a maximum value of $43,000,000.00. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by April 8, 2026, at 11:00 AM ET.
Scope of Work
The contractor will provide technical and analytical support for the definition, conduct, and analysis of OT&E for U.S. Navy systems, specifically for the Aviation Warfare Division 50. Services include:
- Documentation Review
- Test Planning Support
- Operational Test Design
- Test Analysis and Reporting
- Test Operations Support
- Modeling and Simulation Support
- Program Management Support Specific tasks involve Mission Analysis, Requirements Analysis, Test Design, Stakeholder Collaboration, Document and Brief Preparation, Test Execution, Post-Test Activities, and Cybersecurity Support (including Cyber Survivability Test Planning and Research). Support for various aviation platforms and weapon systems is required.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ)
- Period of Performance: May 16, 2026, to November 15, 2031 (includes option periods)
- Estimated Value: Minimum order $2,500.00; Maximum contract value $43,000,000.00
- NAICS Code: 541330 (Engineering Services) with a size standard of $47,000,000.00
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- Security Requirements: Offerors must possess a Top Secret Facility Clearance and personnel may require Top Secret clearance with SCI eligibility. CMMC Level 1 is required.
Submission & Evaluation
Proposals must be submitted electronically via email to Nicholas Stewart by April 8, 2026, at 11:00 AM ET. The selection will be based on a Trade-off Source Selection process. Evaluation factors include:
- Factor I: Facilities Clearance
- Factor II: Technical Approach (Staffing Approach and Performance and Management Approach, weighed equally)
- Factor III: Past Performance
- Factor IV: Price Non-price factors (Facilities Clearance, Technical Approach, and Past Performance) are considered more important than price. Within the non-price factors, Past Performance is more important than Technical Approach.
Key Attachments & Notes
- Revised Pricing Spreadsheet (Attachment 4): Requires detailed cost breakdowns for 20 labor categories (including Cyber Security SME) and travel across multiple performance periods.
- Draft DD254 (Attachment 2): Outlines critical security requirements.
- Past Performance Information Form (Attachment 4) / Past Performance Report Form (Attachment 5): Essential for demonstrating relevant experience.
- Wage Determination (Attachment 3): Provides minimum wage rates and fringe benefits for service employees in NC/VA.
- Questions & Answers (Attachment 6): Clarifies submission details, labor categories, and confirms pricing based on the revised spreadsheet.
- Amendment 0002 increased the maximum contract value and extended the due date.