ContractSolicitationSDVOSB Sole Source

ONR Code 32 Admin/FM/Technical Support for Organization Code 032/Ocean Battlespace Sensing

DEPT OF DEFENSE N0001426R3002
Response Deadline
May 18, 2026
2 days left
Days Remaining
2
Until deadline
Set-Aside
SDVOSB Sole Source
Notice Type
Solicitation

Contract Opportunity Analysis

The Office of Naval Research, under the Department of the Navy, is seeking SDVOSB support for administrative, financial, and technical services for Organization Code 032, Ocean Battlespace Sensing. The work covers meeting and office support, financial tracking and reporting, program and proposal support, data call responses, technical program management, and related staffing and contract management deliverables. The procurement emphasizes qualified key personnel, Microsoft Office 365 proficiency, strong communication skills, required clearances and facility access, and compliance with CUI protection, NIST 800-171, cyber incident reporting, and OCI mitigation requirements. It is structured as a SeaPort Next Generation task order with a base year and option years, and proposals must be submitted electronically through the PIEE Solicitation Module. Amendment 0001 was released on April 29, 2026, and the anticipated award date is around September 14, 2026.

Classification Codes

NAICS Code
541330
Engineering Services
PSC Code
R408
SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT

Solicitation Documents

17 Files
DRAFT - N0001426R3002.pdf
PDF2711 KBMar 13, 2026
AI Summary
This government solicitation (N0001426R3002) from the Office of Naval Research (ONR) is for administrative, financial, and technical support services for its Ocean Battle Space Sensing, Code 32 department. The contract is a 100% Service Disabled Veteran Owned Small Business Set-Aside under the SeaPort Next Gen IDIQ, with a NAICS Code of 541330. The anticipated award is a Firm Fixed Price Level of Effort Task Order with Cost Reimbursement for Other Direct Costs (ODCs). The requirement is structured with a base year and four option years, outlining labor categories such as On-Site Support Staff Lead, High Performance Computing Specialist, and Program Analysts, along with various surge support options. Key personnel and specific qualifications, including security clearances and experience with financial systems like SAP, are detailed. The incumbent contractor is Allegient Defense, Inc.
Solicitation - N0001426R3002.pdf
PDF2724 KBApr 30, 2026
AI Summary
This government solicitation, N0001426R3002, issued by the Office of Naval Research (ONR), is a Request for Proposal (RFP) for administrative, financial, and technical support services for ONR Code 32, Ocean Battlespace Sensing. The contract is a 100% Service Disabled Veteran Owned Small Business Set-Aside, requiring offerors to hold a SeaPort Next Generation IDIQ contract. The anticipated award is a Firm Fixed Price Level of Effort Task Order with Cost Reimbursement for Other Direct Costs (ODC). The solicitation outlines a base year and four option years, detailing labor categories such as On-Site Support Staff Lead, High Performance Computing Specialist, Program Analyst, Junior Program Analyst, Senior Program Analyst/Financial SME, and SETA, along with associated labor hours and travel costs. Key personnel and surge support options are also specified. The Performance Work Statement (PWS) details tasks for each focus area, including meeting scheduling, travel document preparation, financial tracking, proposal review, data call responses, and technical program management support. Personnel qualifications, security clearance requirements, and experience in specific software and S&T/R&D missions are also outlined.
Attachment 2 - DD Form 254 (DRAFT).pdf
PDF257 KBApr 30, 2026
AI Summary
This DD Form 254 outlines security classification requirements for a Department of Defense contract (N0001426R3002) with a due date of April 6, 2026. The contract requires a Top Secret facility security clearance and Secret safeguarding at the contractor facility. The procurement involves administrative, financial, and technical support services for the Office of Naval Research Ocean Battlespace Sensing Department (Code 32). The contractor will require access to Controlled Unclassified Information (CUI) and National Intelligence Information (Non-SCI) to understand and model foreign threat capabilities. All classified information access will occur at the Office of Naval Research facility in Arlington, VA, with no classified storage at the contractor's site. Key security requirements include contractor personnel holding Top Secret clearances, enrollment in Continuous Vetting, compliance with OPSEC requirements, and adherence to CUI protection standards (NIST SP 800-171). Subcontracting is not authorized without prior government approval, and public release of contract information is strictly controlled. The document emphasizes that all information generated under the contract is U.S. Government property.
Exhibit A - Contract Data Requirements List.docx
Word144 KBApr 30, 2026
AI Summary
This government file, Contract Data Requirements List (CDRL), outlines the mandatory data deliverables for contract N0001426R3002, focused on Code 32 Admin/Financial/Technical Support. It details 16 distinct data items, including monthly progress reports, financial status reports, annual summaries, staffing plans (transition and sustainment), travel reports, quality control plans, personnel resumes, and quarterly contract management review materials. Each data item specifies its title, frequency, submission deadlines (initial and subsequent), required content, format (often contractor-provided and email delivery), and distribution. For instance, monthly progress reports should not exceed 7 pages and cover tasks, problems, and travel. Financial reports track billed hours and labor costs. Annual reports summarize tasks and assess performance. Staffing plans detail personnel, recruitment, and transition milestones. Travel reports document individual and annual travel costs, with recommendations for reduction. Quality control plans outline organizational structure and problem resolution. Personnel resumes and a non-key personnel matrix are required. Quarterly Contract Management Review (QCMR) briefings and meeting minutes address contract status, financial standing, and potential issues. Finally, a System Security Plan and a Government Property Inventory Report are required. The document emphasizes COR approval for contractor formats and outlines procedures for revisions and submissions, particularly around weekends and federal holidays. Distribution statements are also specified for each data item.
Attachment 5 - Past Performance Questionnaire.docx
Word51 KBApr 30, 2026
AI Summary
The Office of Naval Research's N0001426R3002, Attachment 5, is a Past Performance Questionnaire Package for Services. This document is crucial for federal government RFPs, providing a structured approach to evaluating contractor performance. It requires clients to email completed questionnaires directly to specified Navy personnel by the solicitation's closing date. The questionnaire covers contractor details, prior and proposed roles, contract specifics (number, type, value), service descriptions, and CPARS reporting status. It also includes sections for assessing performance changes since the last CPAR. A detailed rating scale (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Neutral, N/A) is provided for evaluating various aspects of performance. These aspects include quality of service, cost control, schedule adherence, business relationships, management of key personnel, and customer satisfaction. The document mandates a narrative justification for ratings above or below 'Satisfactory' to provide comprehensive feedback on contractor performance.
Attachment 1 - QASP.docx
Word50 KBApr 30, 2026
AI Summary
The Quality Assurance Surveillance Plan (QASP) for ONR Code 32 Ocean Battle Sensing Support outlines the Office of Naval Research's systematic approach to monitoring contractor performance. The QASP emphasizes a performance management approach focused on achieving desired outcomes rather than dictating how the work is performed. It details roles and responsibilities, particularly for the Contracting Officer (KO) and Contracting Officer's Representative (COR), and describes surveillance methodologies like random monitoring and customer feedback. The plan also covers quality assurance documentation, performance assessment, and resolution processes for unmet standards. Key performance standards for deliverables, staffing, and personnel qualifications are identified, with incentives tied to CPARS and option exercises.
Attachment 3 - Non Disclosure Agreement.docx
Word34 KBApr 30, 2026
AI Summary
The document, N0001426R3002, Attachment 3, NDA, outlines the Certification Statement on Personal Conflicts of Interest, Non-Personal Services, and Nondisclosure Agreement for contractor employees performing acquisition functions for the government. It defines
Attachment 4 - Past Performance Information Form.docx
Word38 KBApr 30, 2026
AI Summary
The document, N0001426R3002, Attachment 4, is a Past Performance Information Form (PPIF) designed for offerors to detail their relevant contract experience for the "Code 32 Ocean Battle Space Sensing Support" program. This form requires comprehensive information about past or present contracts, including company details, contract specifics (customer, number, type, period, financial values), and primary customer points of contact. A crucial section mandates a detailed description of relevant work, requiring offerors to summarize contract work statements, compare the magnitude, and correlate tasks and complexity with the solicitation's Performance Work Statement (PWS). Offerors must explicitly align their past experience with each PWS task, identifying comparable efforts or noting when no comparison exists. The form also asks for information on key personnel, staffing turnover, and how vacancies were addressed.
Attachment 8 - Technical Evaluation Form Sub-Factor 1.3 (Excel).xlsx
Excel19 KBApr 30, 2026
AI Summary
The document outlines requirements for offerors responding to a government RFP, specifically focusing on Technical Sub-Factor 1.3: Contractor's Staffing Plan and Problem Resolution. Offerors must detail their approach to staffing, including personnel availability, recruitment, retention, and backfill strategies for highly skilled technical staff. The plan should also cover the integration of subcontractors and consultants, and how key and non-key personnel will be trained. Furthermore, the RFP requires offerors to explain their strategies for handling personnel absences, addressing invoice issues, and meeting a QASP requirement of less than 10% turnover per POP year. A significant component is the offeror's understanding of staffing to ensure successful accomplishment of all PWS requirements. The document also mandates a clear approach to problem resolution, including addressing performance issues with both key/non-key personnel and subcontractors. Finally, offerors must demonstrate their ability to obtain a SECRET facility clearance by the contract award date, outlining their plan and timeframe if they do not currently possess one. For each requirement, offerors must describe how their proposed approach benefits the government.
Attachment 8 - Technical Evaluation Form Sub-Factor 1.3 (Excel)_REV 1.xlsx
Excel19 KBApr 30, 2026
AI Summary
This government file outlines Technical Sub-Factor 1.3, focusing on a Contractor's Staffing Plan and Problem Resolution within federal government RFPs. Offerors must detail their approach to staffing, including plans for ensuring personnel availability in technical areas, recruitment, retention, and backfill strategies, especially for highly skilled personnel. The plan must also explain how subcontractors and consultants will be integrated and comply with F. Key aspects include training for Key and Non-Key Personnel, managing extended absences, and addressing invoice issues. Offerors must demonstrate their understanding of staffing for successful project accomplishment and outline how they will meet the Quality Assurance Surveillance Plan (QASP) requirement for less than 10% turnover per Period of Performance (POP) year. The document further requires Offerors to address problem resolution, including performance matters with Key and Non-Key Personnel and subcontractors. Finally, it mandates that Offerors address their ability to obtain a TOP SECRET facility clearance by the contract award date, including a plan and timeframe if no current clearance exists. All proposed approaches must include an explanation of benefits to the Government.
Attachment 7 - Technical Evaluation Form Sub-Factor 1.2 (Excel)_REV 1.xlsx
Excel28 KBApr 30, 2026
AI Summary
This government file outlines key personnel requirements for three positions under different solicitations: On-Site Support Staff Lead, High Performance Computing Specialist, and Program Analyst. Common requirements across all roles include proficiency in Microsoft Office 365, strong communication skills (both verbal and written, free of slang), the ability to work independently and collaboratively, and experience in organizing meetings. Security clearances are mandatory, with the On-Site Support Staff Lead requiring a Top Secret clearance or ability to obtain Secret, and the other two positions requiring a Secret clearance or ability to obtain one prior to award. The file details specific educational backgrounds, years of experience, and specialized skills for each role. For example, the On-Site Support Staff Lead needs a bachelor’s degree and ten years of management experience in S&T/R&D, while the High Performance Computing Specialist can have a high school diploma with six years of experience or a bachelor’s degree with three years. The Program Analyst requires three years of SAP experience, a bachelor's degree with five years of business and financial support experience in S&T, and additional experience in cost analysis, fund tracking, S&T/R&D support, spend plan development, data call responses, and meeting planning, with desired experience in Navy ERP. The document serves as a template for proposers to identify how their proposed personnel meet or exceed these requirements and where this information can be found in their proposals.
Attachment 11-Q and A.xlsx
Excel20 KBApr 30, 2026
AI Summary
The document, N0001426R3002, addresses questions and answers related to the "32 Admin/FM/Technical Support Seaport" solicitation, a federal government RFP. It clarifies various aspects of the proposal submission process, particularly concerning Section L (Proposal Submission, Format, Page Limits, and Price Proposal) and Section M (Evaluation). Key clarifications include the removal of certain requirements, confirmation of Top Secret facility clearance for the PWS and Section L, and revisions to evaluation statements. The document also confirms that the PIEE Solicitation Module can receive Controlled Unclassified Information (CUI). Questions regarding subcontractor submissions, teaming requests in the SeaPort portal, and the inclusion of profit/fee in major subcontractor pricing are also addressed, indicating ongoing adjustments to the solicitation's language and requirements.
Solicitation Amendment N0001426R30020001 SF 30.pdf
PDF687 KBApr 30, 2026
AI Summary
The amendment to solicitation N0001426R30020001 outlines requirements for administrative, financial, and technical support services for the Office of Naval Research's (ONR) Ocean Battle Space Sensing, Code 32. This solicitation, set aside for Service-Disabled Veteran-Owned Small Businesses, details three focus areas: administrative tasks, financial requirements (program analysts), and technical requirements. It specifies labor categories, qualifications, and security clearances, emphasizing proficiency in Microsoft Office 365 and strong communication skills. Additionally, the amendment includes revised sections C, L, and M, updated attachments, and new FAR Clause 52.222-90 addressing DEI discrimination. Key aspects include cyber incident reporting, NIST 800-171 compliance, and Organizational Conflict of Interest (OCI) disclosure and mitigation. Proposals must be submitted electronically via the PIEE Solicitation Module, adhering to strict formatting and page limits, with an anticipated award date around September 14, 2026.
Attachment 7 - Technical Evaluation Form Sub-Factor 1.2 (Excel).xlsx
Excel28 KBApr 30, 2026
AI Summary
This document outlines key personnel requirements for three positions within government solicitations N0001426R3002 and N0001425R3003: On-Site Support Staff Lead, High Performance Computing Specialist, and Program Analyst. Common minimum requirements for all positions include proficiency in Microsoft Office 365, effective communication skills (both verbal and written), ability to work independently and collaboratively, meeting organization, and demonstrating professionalism and mature judgment. All positions also require a current Secret clearance or the ability to obtain one prior to award, and U.S. citizenship. Specific educational backgrounds and years of experience are detailed for each role, with the On-Site Support Staff Lead requiring a bachelor's degree and ten years of management experience, the High Performance Computing Specialist needing a high school diploma with six years of experience or a bachelor's with three years, and the Program Analyst requiring a bachelor's degree with five years of experience. Additional specialized experience, such as SAP and Navy ERP for the Program Analyst, is also listed.
Attachment 6 - Technical Evaluation Form Sub-Factor 1.1 (Excel).xlsx
Excel20 KBApr 30, 2026
AI Summary
This government file outlines the administrative, financial, and programmatic support requirements for a federal agency, likely the Office of Naval Research (ONR). Key responsibilities include meeting logistics, office operations, financial tracking of awards and contracts, and assisting Program Officers with execution plans and fiscal management. The document also details the need for support in developing program calls, reviewing proposals, responding to data calls, and aligning efforts with DoD/DON S&T strategies. It emphasizes tracking funding obligations, managing financial documents, and identifying emerging technology opportunities. The structure indicates a Request for Proposal (RFP) where offerors must detail their approach to meeting these requirements and the benefits their proposed solution offers the government.
Attachment 10 - Pricing Spreadsheet (Excel).xlsx
Excel53 KBApr 30, 2026
AI Summary
This government file outlines a comprehensive price proposal for a five-year contract, including a base year and four option years, with an additional six-month extension option under FAR 52.217-8. The proposal details labor categories, proposed hours (1,920 per labor category per year), and specifies that fully burdened rates and total costs are to be filled in by the offeror. Key labor categories include On-Site Support Staff Leader, High Performance Computing Specialist, Program Analyst, Optional/Surge Program Analysts, Financial SMEs, and SETA. The summary of costs highlights that labor is Firm Fixed Price (FFP) and Other Direct Costs (ODC) are cost-reimbursable, with government-provided NTE amounts of $200,000 per year for ODCs, totaling $1,000,000 over the five-year contract. The FAR 52.217-8 extension adds another $100,000 for ODCs, bringing the overall contract value to $1,100,000. The document also includes sections for subcontractor cost data, emphasizing the prime offeror's responsibility for verifying subcontractor proposals and providing cost/price analysis, competitive quotes, or sole-source justifications. A crucial note states a service contracting tripwire of a fully burdened labor rate of $250 per hour, applicable to all prime, subcontractor, and consultant labor.
Attachment 9 - Pricing Narrative Form.docx
Word34 KBApr 30, 2026
AI Summary
The “Code 32 Ocean Battle Sensing Support Price Narrative Form” is a comprehensive document for offerors, team members, and subcontractors to detail pricing and administrative information for government contracts. It requires disclosure of current company information, CAGE Code, UEI Number, and contact details for administrative contracting and cognizant audit offices. Offerors must provide their most current rates on file, list government-accepted business systems with audit dates, and state their fiscal year. A significant portion of the form focuses on fully burdened direct labor rates, requiring detailed explanations of their basis, indirect rates, escalation rates, and profit allocation. It also addresses subcontractor and consultant information, including selection justification and fairness of pricing. Compliance with FAR 52.219-14 (Limitation of Subcontracting) and SeaPort Rate Caps must be stated. The form details requirements for Other Direct Costs (ODCs), including indirect rates applied to ODCs across base and option years, and specifies how positions will be filled by prime or subcontractors. This document ensures transparency and comprehensive financial disclosure for government procurements.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMar 13, 2026
amendedAmendment #1· Description UpdatedApr 8, 2026
amendedAmendment #2· Description UpdatedApr 22, 2026
amendedAmendment #3· Description UpdatedApr 29, 2026
amendedLatest Amendment· Description UpdatedApr 30, 2026
deadlineResponse DeadlineMay 18, 2026
expiryArchive DateMay 25, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
OFFICE OF NAVAL RESEARCH

Point of Contact

Name
Dunia Hickey

Place of Performance

Arlington, Virginia, UNITED STATES
875 N Randolph Street, Arlington, VA 22203-1995

Official Sources