ContractSolicitationWomen-Owned Small Business

Naval Sea Logistics Center Readiness Based Sparing Services

DEPT OF DEFENSE N6572626R3000
Response Deadline
Feb 23, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Women-Owned Small Business
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Naval Sea Logistics Center (NAVSEALOGCEN), is soliciting proposals for Readiness Based Sparing (RBS) Modeling services to enhance life-cycle logistics support for U.S. Naval systems. The contract will require the contractor to utilize OPUS Suite software for tasks including data mining, engineering modeling, and simulation, with a focus on developing and delivering RBS models and associated technical data. This procurement is critical for ensuring effective logistics solutions and operational readiness within the Navy, emphasizing the need for personnel with Secret clearances and adherence to stringent security protocols. Interested Women-Owned Small Business (WOSB) contractors must submit proposals by monitoring the solicitation on www.sam.gov, with inquiries directed to Marisa Wirfel or Michael VanDeMark via email, and the anticipated contract will be awarded as a Cost Plus Fixed Fee arrangement with a base year and four optional years.

Classification Codes

NAICS Code
541330
Engineering Services
PSC Code
R425
SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL

Solicitation Documents

19 Files
NAVSUPINST 4441.37A - NAVSEAINST 4441.12A - MARRC-RB (04 SEP 2020).pdf
PDF13048 KBFeb 17, 2026
AI Summary
The NAVSEAINST 4441.12A/NAVSUPINST 4441.37A establishes a joint Maritime Allowance Readiness Based Sparing (RBS), Reprovisioning, and Change-Review Board (MARRC-RB). This board reviews and approves RBS optimizations and major Naval Sea Systems Command (NAVSEA) reprovisioning efforts that alter maritime allowances. The instruction applies to proposed maritime allowances from RBS optimizations, Allowance Change Requests (ACR/ACR-F), allowance exception requests, and major re-provisioning efforts exceeding specific financial or percentage thresholds. Excluded are certain specialized requirements like TRIDENT Submarine material and nuclear reactor plant program material. The MARRC-RB, co-chaired by NAVSUP and NAVSEA, ensures technical compliance, proper planning, budgeting, and validity of allowances. It also identifies policy issues for review. The document details the responsibilities of various naval entities, meeting schedules, and the use of specific checklists and the Interim Navy Common Readiness Model (NCRM) tools for evaluation. Records management and annual review procedures are also outlined, along with a list of relevant forms.
Exhibit F_DD 1423_CDRL A006.pdf
PDF259 KBFeb 17, 2026
AI Summary
The DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used by the Department of Defense (DoD) to specify data deliverables from contractors. This particular form outlines a single data item: the "Government Property (GP) Inventory Report," designated as A006, under contract N6572626R3000 for the "Readiness Based Sparing" system. The report, mandated by DI-MGMT-80441D, is to be submitted monthly, with the first submission due 45 days after contract award and subsequent submissions on the 10th of each month. Distribution is restricted to DoD personnel, contractors, or grantees involved in the contractual purpose, and the report must be in MS Excel format. The form also includes detailed instructions for both government personnel and contractors on completing and pricing data items, categorizing them into four groups based on development effort and cost implications. The document emphasizes that estimated data prices should only reflect costs directly attributable to data production, excluding any amounts for data rights.
Exhibit D_DD 1423_CDRL A004.pdf
PDF251 KBFeb 17, 2026
AI Summary
The DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used by the Department of Defense to specify data deliverables from contractors. This form details a single data item, a Quality Assurance Program Plan (QAPP), which is identified as A004. The document outlines instructions for both government personnel and contractors on how to complete the form, including information on data item numbers, titles, authority documents, contract references, requiring offices, and submission requirements. Key details include a distribution statement limiting access to DoD personnel and authorized contractors, a submission deadline of 30 days after contract award, and the requirement for electronic submission in Adobe Acrobat PDF format via email. The form also provides guidance on pricing data items, categorizing them into four groups based on the effort required for their development and delivery, and explicitly states that estimated data prices should not include amounts for rights in data. The CDRL is approved and signed by Riley P. Wingert and Cara L. Walters, both with a signature date of September 30, 2025.
Attachment 3_Staffing_Plan.xlsx
Excel24 KBFeb 17, 2026
AI Summary
Solicitation # N6572626R3000, Attachment 3, outlines the mandatory staffing plan requirements for a government contract. This attachment details the specific format and content needed for proposed staffing, including company and employee names, employer, location, labor hours, certifications, PWS task area supported, percentage of time dedicated to the contract, years of relevant experience, highest education, degree area, security clearance, and citizenship. The plan must be sorted by task area and then by labor category. Key personnel and contingent hires must be clearly identified with specific prefixes, and "TBD" can be used for unidentified non-key positions or surge labor hours. This document ensures offerors provide a comprehensive and structured staffing proposal for all contract years.
Attachment 2_Quality Assurance Surveillance Plan.pdf
PDF761 KBFeb 17, 2026
AI Summary
The Quality Assurance Surveillance Plan (QASP) for the NAVSEALOGCEN Readiness Based Sparing (RBS) Services outlines the government's approach to monitoring contractor performance. It details methodologies, roles, and responsibilities for ensuring quality and compliance with the Performance Work Statement (PWS). The QASP emphasizes a performance-based management approach, focusing on outcomes rather than processes, and defines surveillance techniques like random, 100%, and periodic inspections, alongside customer feedback. Key elements include identifying performance standards, acceptable quality levels (AQLs), and documentation requirements for feedback and monitoring. The plan also covers the analysis of assessments, reporting procedures, and resolution processes for performance issues, including monitoring Other Direct Costs (ODCs).
Solicitation Amendment N6572626R30000001 SF 30.pdf
PDF596 KBFeb 17, 2026
AI Summary
This amendment addresses 16 questions regarding Solicitation Number N6572626R3000, focusing on the requirements for a Reliability Block Diagram (RBS) modeling effort. Key clarifications include an expected annual projection of 800 models, with 800 in flight simultaneously, and typical turnaround times of 2-4 weeks for initial model execution and 1-2 weeks for re-runs. The contractor is responsible for data cleanup collaboration with the government. The required software is OPUS Suite 2024.1. All fields in the results spreadsheet (CDRL A002) are mandatory, and training will be provided. The submission package includes the results spreadsheet, OPUS and Simlox input files, and Ao threshold reference. Two years of OPUS Suite experience is a strict requirement for the Senior Engineer—Key Personnel position, and past performance as a subcontractor is acceptable. Key personnel substitutions require Contracting Officer approval and must meet or exceed qualifications. Alternative labor categories like Logisticians or Data Scientists are permitted, but deviations from the recommended labor mix require justification. FAR 52.222-41 is applicable if SCLS labor categories are proposed, and the Naval Sea Logistics Center is not aware of any existing contracts for this work.
Solicitation Amendment - N6572626R30000001.pdf
PDF2700 KBFeb 17, 2026
AI Summary
The Naval Sea Logistics Center (NAVSEALOGCEN) is seeking Readiness Based Sparing (RBS) Modeling services to support its mission of providing life-cycle logistics support solutions for US Naval systems. This Request for Proposal (RFP) outlines the scope of work, which includes data mining, data analysis, and engineering modeling and simulation using OPUS Suite software. The contractor will be responsible for developing, amending, and delivering RBS models, preliminary RBS model input files, and standardized results spreadsheets. Key personnel are required to have experience with OPUS Suite, and all contractor personnel must possess a Secret clearance. The RFP details various support tasks, reporting requirements, and general provisions such as digital data management, email, quality assurance, management plans, staffing, location of work, travel, training, and security requirements. The contract will be a Cost Plus Fixed Fee arrangement for labor and Cost No Fee for Other Direct Costs (ODCs), with specific clauses regarding maximum pass-through rates and fee payments. The document also includes a question-and-answer section addressing model projections, turnaround times, data cleanup, software versions, and personnel qualifications.
Exhibit C_DD 1423_CDRL A003.pdf
PDF251 KBFeb 17, 2026
AI Summary
DD FORM 1423-1, FEB 2001 is a Contract Data Requirements List (CDRL) used by the Department of Defense (DoD) to specify data deliverables from contractors. This form details the Contractor's Data Management Plan (CDMP), item A003, with specific instructions for both government personnel and contractors. Key elements include the data item title, authority, contract reference, requiring office, approval requirements, and distribution statements. The document mandates electronic submission in Adobe Acrobat PDF format within 30 days of contract award. It also defines four price groups for data items, clarifying how costs for data development and delivery should be estimated, ensuring that only costs directly attributable to data requirements are included, excluding any amount for rights in data. The form emphasizes compliance with DoD regulations and proper numbering for data items.
Exhibit B_DD 1423_CDRL A002.pdf
PDF252 KBFeb 17, 2026
AI Summary
The DD FORM 1423-1, FEB 2001, serves as a Contract Data Requirements List (CDRL) for federal government contracts, particularly within the Department of Defense. This form standardizes the delivery requirements for data items such as technical data packages, technical manuals, and other categories like provisioning or configuration management. It outlines essential information including the data item number, title, authority, contract reference, requiring office, submission frequency, and distribution. The document also provides detailed instructions for both government personnel on how to complete the form and contractors on how to estimate prices for data items based on the effort required for their development and delivery. Specific tailoring instructions are included for data item DI-MGMT-81991(T), focusing on Readiness Based Sparing (RBS) modeling, system status, and Monte Carlo simulation results, with strict distribution statements and submission timelines. This form is crucial for ensuring clear communication and compliance regarding data deliverables in government contracts.
Exhibit A_DD 1423_CDRL A001.pdf
PDF255 KBFeb 17, 2026
AI Summary
The DD Form 1423-1,
Exhibit E_DD 1423_CDRL A005.pdf
PDF251 KBFeb 17, 2026
AI Summary
The DD FORM 1423-1, FEB 2001, serves as a Contract Data Requirements List (CDRL) for federal government contracts, particularly within RFPs and grants. It details a single data item, a "Phase-Out Transition Plan," under the category of "MGMT" for the "Readiness Based Sparing" system. The form outlines requirements for data submission, including a Distribution Statement D, which restricts access to DoD personnel, contractors, and grantees for specific contractual purposes. The first submission is due 60 days before the contract's last period of performance, and reports must be delivered electronically in Adobe Acrobat PDF format. The document also provides detailed instructions for both government personnel and contractors on completing the form, including definitions for various price groups (Group I, II, III, and IV) to estimate the cost attributable to data production, excluding any amount for data rights.
Attachment 6_Cost_Proposal_Spreadsheet.xlsx
Excel25 KBFeb 17, 2026
AI Summary
The document, Solicitation No. N6572626R3000 - Attachment 6, outlines a comprehensive cost proposal spreadsheet for government contracts, specifically detailing labor, subcontractor, and other direct costs. It provides a structured format for prime offerors and subcontractors to itemize costs, including direct and indirect labor, overhead, fringe benefits, and G&A. The spreadsheet also addresses subcontractor costs, pass-through amounts, and fixed fees for both prime and subcontractor labor, with specific instructions for fee calculation and pass-through analysis in relation to the SeaPort-e IDIQ Contract's maximum allowable percentages. The document's structure ensures transparency and compliance with federal contracting requirements across various option years, distinguishing between cost and fee elements as per Section B and Section H Savings Clause of MACs.
Attachment 5_Past Performance Reference.docx
Word24 KBFeb 17, 2026
AI Summary
Attachment 5, titled “Past Performance Reference,” is a crucial component of government solicitations, such as RFPs, designed to gather information about an offeror’s prior contract experience. This attachment requires offerors to provide detailed information including company name, CAGE code, UEI, 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 references are relevant to the current solicitation’s Performance Work Statement (PWS), emphasizing similarities in scope and complexity. A copy of the relevant contract or task order, including the SOW/PWS, is mandatory for government review to determine relevancy. Failure to provide this documentation may negatively impact the government’s ability to assess the past performance reference, as outlined in Section M of the solicitation.
Attachment 4_Personnel Qualifications.pdf
PDF182 KBFeb 17, 2026
AI Summary
Attachment 4 of the N6572626R3000 solicitation outlines the personnel qualifications and recommended labor mix for a government contract. It provides a detailed breakdown of estimated labor hours for various categories like Program Manager, Senior Engineer, Engineer II, and Engineer I across a base year and four option years, totaling 251,580 hours. Offerors can propose alternative labor mixes but must provide a comprehensive explanation for any deviations to avoid potential cost adjustments or evaluation weaknesses. The document also defines specific job descriptions, desired experience, education, required security clearances (Secret), and recommended pay ranges for each labor category, aligning them with Bureau of Labor Statistics (BLS) Standard Occupational Classification (SOC) codes. Key personnel include Project Manager SR and Senior Engineer. The overall purpose is to guide prospective offerors in staffing their proposals effectively and efficiently while meeting government expectations.
Attachment 1_DD Form 254.pdf
PDF216 KBFeb 17, 2026
AI Summary
This DD Form 254, a Department of Defense Contract Security Classification Specification, outlines security requirements for Solicitation Number N6572626R3000, dated 20251215. The prime contractor facility requires Secret level facility security clearance and safeguarding. The contractor will perform work at the Naval Sea Logistics Center in Mechanicsburg, PA, and will require access to Controlled Unclassified Information (CUI) and Department of Navy (DoN) IT systems. Key security guidance includes protecting CUI per DoDM 5200.0l-V4 and DoDI 5200.48, adhering to NAVSEALOGCEN's Critical Information and Indicators List, and implementing OPSEC requirements. Personnel accessing Government IT systems must meet DoN Personnel Security Program (PSP) Instruction SECNAV M-5510.30, IT-1 Critical Sensitive position requirements, and DOD Manual 8570-1 M for Information Assurance Technical (IAT) level II certifications. Public release of information related to this contract requires approval from the Commander, Naval Undersea Warfare Center Division, Keyport. This specification emphasizes strict adherence to national industrial security program requirements and mandates immediate reporting of any security incidents.
Appendix C_Table of Deliverables.pdf
PDF380 KBFeb 17, 2026
AI Summary
This document, Appendix C, outlines the Table of Deliverables for a government contract, detailing specific Contract Data Requirements List (CDRL) items, their corresponding paragraphs in the Performance Work Statement (PWS), and required submission timelines. Key deliverables include proposed spare parts lists, contractor status reports, a Contractor's Data Management Plan (CDMP), a Quality Assurance Program Plan (QAPP), a Phase-Out Transition Plan, and a Government Property (GP) Inventory Report. These deliverables are crucial for ensuring proper project execution, management, quality control, and closeout, with submissions ranging from 30 to 60 days after contract award, monthly thereafter, or annually, depending on the item.
Appendix B_Non-Disclosure Summary.pdf
PDF493 KBFeb 17, 2026
AI Summary
This Non-Disclosure Agreement (NDA) is for contractor employees and subcontractors working under contract to the Naval Sea Logistics Center. It outlines the strict obligation to protect sensitive and proprietary business, technical, financial, and source selection information belonging to the Government or other contractors. The agreement specifies that proprietary information includes cost/pricing data, government spend plan data, contractor technical proposal data, independent government cost estimates, negotiation strategies, and contracting plans. Unauthorized disclosure, use, or negligent handling of this information can lead to irreparable injury. The NDA details potential legal remedies the U.S. Government may pursue, including court orders, and notes that court costs and attorney fees may be assessed against violators. It also informs individuals of potential separate claims from companies whose proprietary information is misused. The agreement clarifies exceptions to the non-disclosure obligations, such as information already in the public domain, disclosures with prior written approval, independently developed information, or disclosures made pursuant to a court order. Additionally, it highlights both criminal penalties, including confinement and fines for disclosing information for competitive advantage, and civil penalties, with fines up to $50,000 for individuals and $500,000 for organizations, plus twice the compensation received or offered for wrongful disclosure or employment violations. The document concludes with spaces for signatures, dates, and witness attestation.
Appendix A_Performance Requirements Summary.pdf
PDF170 KBFeb 17, 2026
AI Summary
This document, "APPENDIX A: PERFORMANCE REQUIREMENTS SUMMARY," outlines the key performance objectives, standards, monitoring methods, acceptable quality levels (AQLs), and incentives for a government contract. It details requirements across five main areas: Cost, Schedule, Quality, Business Relations, and Staffing Management. For Cost, the contractor must demonstrate control over deviations from quotations and submit timely, accurate, and complete invoices. Schedule requirements include demonstrating progress towards completion and on-time delivery of deliverables. Quality standards cover satisfactory deliverables, comprehensive monthly progress reports, and accurate and complete models, particularly for OPUS Suite Readiness Based Sparing. Business Relations emphasize responsiveness to government communications, while Staffing Management focuses on prompt notification and qualification of personnel replacements, as well as reporting labor disputes. Across all areas, performance is subject to positive or negative evaluations based on the contractor's adherence to the specified AQLs.
Solicitation - N6572626R3000.pdf
PDF2693 KBFeb 17, 2026
AI Summary
The Naval Sea Logistics Center (NAVSEALOGCEN) is soliciting proposals for Readiness Based Sparing (RBS) Modeling services to support its mission of providing life-cycle logistics solutions for US Naval systems. The contractor will utilize OPUS Suite software for data mining, analysis, engineering modeling, and simulation. Key tasks include developing RBS models, providing technical data engineering support, performing data analysis, developing Reliability Block Diagrams (RBDs), and executing RBS models using the Navy Common Readiness Model (NCRM). The contract emphasizes strict security requirements, including Secret clearances for all personnel, adherence to OPSEC, and protection of Controlled Unclassified Information (CUI). The solicitation outlines specific reporting requirements, travel guidelines, and mandatory training for contractor personnel, ensuring compliance with DoD and DON policies.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJan 23, 2026
amendedAmendment #1Feb 11, 2026
amendedLatest Amendment· Description UpdatedFeb 17, 2026
deadlineResponse DeadlineFeb 23, 2026
expiryArchive DateJul 23, 2026

Agency Information

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

Point of Contact

Place of Performance

Mechanicsburg, Pennsylvania, UNITED STATES

Official Sources