ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

NUWC Division Keyport 2MMTR Services

DEPT OF DEFENSE N6572626R3101
Response Deadline
Jun 11, 2026
27 days left
Days Remaining
27
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

Naval Sea Logistics Center, Mechanicsburg, is seeking a small-business SeaPort NxG contractor to provide engineering and technical support for the Miniature Microminiature (2M) Repair / Module Test & Repair program. The work supports the In-Service Engineering Agent’s responsibility for progressive repair capability for government electronic and electrical systems. The task order is structured as a cost-plus-fixed-fee effort with a base year and four option years, and the solicitation includes labor-hour requirements for non-repair, repair, and surge work along with requirements for WAWF invoicing, government property management, safety, key personnel substitutions, and eCRAFT cost reporting. The requirement is limited to SeaPort NxG small business holders with at least a Secret facility clearance, is planned for Portsmouth, Virginia, and carries DPAS rating DO-C9, NIST SP 800-171 Basic assessment expectations, and a CMMC Level 2 (Self) requirement effective 10 November 2025. The solicitation is N6572626R3101, proposals must be submitted through PIEE after downloading the RFP from SAM.gov, and no paper copies will be accepted.

Classification Codes

NAICS Code
541330
Engineering Services
PSC Code
J020
MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT

Solicitation Documents

6 Files
2MMTR Advance Notice.pdf
PDF113 KBMar 30, 2026
AI Summary
The Naval Sea Logistics Center (NAVSEALOGCEN) plans to issue a SeaPort-NxG task order (N6572626R3101) for engineering and technical services supporting the Miniature Microminiature Module Test and Repair Program. This is a Small Business set-aside for SeaPort-NxG MAC holders only. The solicitation, anticipated in April 2026, will be posted on PIEE and SAM.gov. The task order will be a Cost-Plus-Fixed-Fee (CPFF) contract, awarded on a best value basis considering technical capability, past performance, and cost. It will include a one-year base period and four one-year option periods. A draft Performance Work Statement (PWS) has been released for comments, due via email. The incumbent contractor is Engineering Services Network. Key milestones include proposals due in May 2026, award in August 2026, and start in October 2026.
Solicitation - N6572626R3101.pdf
PDF2579 KBMay 12, 2026
AI Summary
This government solicitation, N6572626R3101, issued by NAVSEALOGCENKYPTDIVNUWC MECH PA, is an RFP for Miniature Microminiature (2M) Repair / Module Test & Repair (MTR) services. The contract is a rated order under the Defense Priorities and Allocations System (DPAS) and is structured as a Cost Plus Fixed Fee arrangement for labor and Cost No Fee for Other Direct Costs (ODCs). It covers a base year and four option years, with specific labor hour quantities for non-repair, repair, and surge activities. The document outlines detailed terms for invoicing via Wide Area WorkFlow (WAWF), fee limitations (8% maximum pass-through and fixed fee), travel costs, government property management, and key personnel substitutions. Safety requirements for on-site work and electronic cost reporting via eCRAFT are also emphasized. The contracting officer is Cody Hutchinson, and the contract specialist is Marisa Wirfel.
Attachment_6_Cost_Proposal_Spreadsheet.xlsx
Excel25 KBMay 12, 2026
AI Summary
The document, Solicitation No. N6572626R3101 - Attachment 6, outlines a detailed cost proposal spreadsheet for government contractors, likely within the SeaPort-e IDIQ Contract framework. It itemizes cost elements for both prime and subcontractor labor, including direct and indirect labor costs such as overhead, fringe benefits, and G&A. The spreadsheet also accounts for subcontractor proposed costs, pass-through amounts, and various fees. A significant section is dedicated to the calculation of a total labor cost plus fixed fee (CPFF), incorporating other direct costs (ODCs). The document further includes pass-through and fee analysis sections, specifying maximum allowed amounts and clarifying how prime offeror fees on subcontractor prices are considered within cost and fee columns. The structure provides a comprehensive breakdown for calculating total project costs across multiple years (Base Period, Option Year 1-4).
Attachment_5_Past_Performance_Reference.docx
Word21 KBMay 12, 2026
AI Summary
Attachment 5, titled “Past Performance Reference,” is a crucial document for government solicitations, likely an RFP. It requires offerors to provide detailed information about their past projects to demonstrate relevance and capability. Key details include company name, CAGE Code, UEI Number, program name, contract/task order number, program manager, contracting officer, contracting officer’s representative, contract type, period of performance, and total award value. Offerors must describe how their past performance is similar in scope and complexity to the current solicitation’s PWS and provide copies of contracts or task orders, including the SOW/PWS. Failure to submit these documents may hinder the Government’s ability to assess relevancy, as evaluation criteria are further detailed in Section M of the solicitation. This attachment ensures that the Government can thoroughly evaluate an offeror’s experience and suitability for the proposed work.
Attachment 9_Wage Determination 2015-4341 REV 33.pdf
PDF446 KBMay 12, 2026
AI Summary
The provided document appears to be a highly obfuscated government file, likely an RFP, federal grant, or state/local RFP. The content is primarily composed of unreadable characters, making it impossible to identify specific topics, key ideas, or supporting details. The structure is fragmented and lacks discernible sections or headings. Therefore, a meaningful summary cannot be generated from the given text. It is crucial to obtain a decipherable version of the file to proceed with any analysis or summarization.
Attachment_3_Staffing_Plan.xlsx
Excel22 KBMay 12, 2026
AI Summary
The document, Solicitation # N65726263101 Attachment 3 - Staffing Plan, outlines the mandatory format and requirements for a staffing plan submission in response to a government solicitation. It specifies the information offerors must provide for each proposed staff member, including name, employer, location, labor hours, citizenship, certifications, labor category, PWS task area supported, percentage of time dedicated to the contract, years of relevant experience, highest education, degree area, and security clearance level. The plan requires separate entries for the base year and four option years. Key instructions include sorting by task area and labor category, prefacing contingent hires with “Contingent -” and key personnel with “Key –“, and using “TBD” for unidentified personnel or labor hours for surge/special study CLINs/SLINs. This attachment ensures a standardized and comprehensive overview of the proposed staffing for the contract.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMar 30, 2026
amendedAmendment #1· Description UpdatedMay 12, 2026
amendedLatest Amendment· Description UpdatedMay 12, 2026
deadlineResponse DeadlineJun 11, 2026
expiryArchive DateOct 11, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NAVSEALOGCENKYPTDIVNUWC MECH PA

Point of Contact

Place of Performance

Portsmouth, Virginia, UNITED STATES

Official Sources