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 FLT LOG CTR NORFOLK has issued a Solicitation for Aviation Warfare Analytical Operational Test and Evaluation Support Services. This Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity seeks technical and analytical support for Operational Test and Evaluation (OT&E) of U.S. Navy systems. The contract is a Firm-Fixed-Price (FFP) Indefinite Delivery, Indefinite Quantity (IDIQ) with an estimated maximum value of $37,000,000.00. Proposals are due by April 2, 2026, at 11:00 AM local time.
Scope of Work
The contractor will provide comprehensive technical and analytical support to the Aviation Warfare Division (Code 50) at OPTEVFOR Norfolk, VA. This includes:
- OT&E Support: Documentation review, test planning, operational test design, test analysis and reporting, test operations support, modeling and simulation support, and program management.
- Specific Tasks: Mission analysis, requirements analysis, test design, stakeholder collaboration, document and brief preparation, test execution, and post-test activities.
- Cybersecurity: Cyber Survivability Test Planning and Research.
- Security Requirements: Contractors must hold a Top Secret facility clearance and personnel must be eligible for Top Secret and Sensitive Compartmented Information (SCI) access.
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 Value: Minimum $2,500.00, Maximum $37,000,000.00.
- Order Limits: Minimum order $2,500.00, Maximum order $10,000,000.00.
- NAICS Code: 541330 (Engineering Services) with a $47,000,000.00 size standard.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB).
Submission & Evaluation
- Proposal Due Date: April 2, 2026, 11:00 AM local time.
- Submission Method: Electronically via email to Nicholas Stewart (nicholas.t.stewart1@navy.mil).
- Evaluation Process: Two phases:
- Phase I: Facilities Clearance.
- Phase II: Technical Approach, Past Performance, and Price.
- Selection Criteria: Trade-off source selection. The Non-Price Proposal is significantly more important than the Price Proposal. Within the Non-Price Proposal, Past Performance (Factor III) is more important than Technical Approach (Factor II). Within Factor II, Staffing Approach and Performance and Management Approach are equally weighted.
- Compliance: Offerors must comply with Cybersecurity Maturity Model Certification (CMMC) requirements and the provided Wage Determination.
Attachments
Key attachments include a Pricing Spreadsheet (Attachment 1), Draft DD254 (Attachment 2) detailing security requirements, a Wage Determination (Attachment 3), and Past Performance forms (Attachments 4 & 5).