R425 - Aviation Warfare Analytical Operational Test and Evaluation Support Services

SOL #: N0018926RW014Solicitation

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
Mar 11, 2026
2
Last Updated
Mar 31, 2026
3
Submission Deadline
Apr 2, 2026, 3:00 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 Aviation Warfare Analytical Operational Test and Evaluation (OT&E) Support Services for Division 50 in Norfolk, VA. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for a Firm-Fixed-Price (FFP) Indefinite Delivery, Indefinite Quantity (IDIQ) contract. Proposals are due by April 2, 2026, at 11:00 AM local time.

Scope of Work

Contractors will provide technical and analytical support for the definition, conduct, and analysis of OT&E for U.S. Navy systems. This includes:

  • Documentation review
  • Test planning, design, analysis, and reporting
  • Test operations support
  • Modeling and simulation support
  • Program management support
  • Cybersecurity support, including Cyber Survivability Test Planning and Research

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP) Indefinite Delivery, Indefinite Quantity (IDIQ)
  • Period of Performance: Ordering period from May 16, 2026, to May 15, 2031, with an option period extending to November 15, 2031.
  • Estimated Maximum Value: $37,000,000.00
  • Minimum Order: $2,500.00
  • Maximum Order: $10,000,000.00
  • Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
  • NAICS Code: 541330 (Engineering Services), Size Standard: $47,000,000.00
  • Place of Performance: Norfolk, VA

Submission & Evaluation

  • Proposals Due: April 2, 2026, 11:00 AM local time.
  • Submission Method: Electronically via email to Nicholas Stewart.
  • Evaluation: Two-phase process: Phase I (Facilities Clearance) and Phase II (Technical Approach, Past Performance, and Price).
  • Source Selection: Trade-off process where the Non-Price Proposal is significantly more important than Price. Within Non-Price, Past Performance is more important than Technical Approach.

Key Requirements & Notes

  • Contractors must possess Top Secret clearance and SCI eligibility.
  • Compliance with Cybersecurity Maturity Model Certification (CMMC) requirements is mandatory.
  • An amendment (0001) made formatting corrections to the PWS, added a Questions and Answers attachment, and corrected clauses. This amendment does not extend the due date.
  • Required attachments include a Pricing Spreadsheet, Draft DD254 (security requirements), Wage Determination, and Past Performance forms (one for client feedback, one for offeror input).
  • Bidders must acknowledge receipt of all amendments with their offer.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 5
Solicitation
Posted: Mar 31, 2026
View
Version 4Viewing
Solicitation
Posted: Mar 27, 2026
Version 3
Solicitation
Posted: Mar 17, 2026
View
Version 2
Solicitation
Posted: Mar 13, 2026
View
Version 1
Pre-Solicitation
Posted: Mar 11, 2026
View