ContractSolicitationService-Disabled Veteran-Owned Small Business Set Aside

Information Warfare Analytical Operational Test and Evaluation Support Services

DEPT OF DEFENSE N0018926RW005
Response Deadline
Apr 1, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Service-Disabled Veteran-Owned Small Business Set Aside
Notice Type
Solicitation

Contract Opportunity Analysis

NAVSUP Fleet Logistics Center Norfolk, on behalf of the Department of the Navy, is soliciting Analytical Operational Test and Evaluation Support Services for Information Warfare (Code 60) in support of OPTEVFOR. The work covers documentation review, test design and planning, test execution, data management, analysis, reporting, modeling and simulation support, and program management, with deliverables including Test and Evaluation Documents, Trip Reports, Monthly Status Reports, and Financial Status Reports. Performance is centered in Norfolk, Virginia, and the solicitation includes requirements for U.S. citizenship, MS Office proficiency, specific test and evaluation experience, government-provided training, and consideration of CMMC information in the technical proposal. The estimated contract value is about $47 million to $49 million, the pricing spreadsheet was revised to reflect the six-month FAR 52.217-8 extension at half the listed hours, and offerors must submit labor categories and hours with associated rates at the contract level along with PDF-formatted proposal materials.

Classification Codes

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

Solicitation Documents

7 Files
Solicitation - N0018926RW005.pdf
PDF2089 KBMar 23, 2026
AI Summary
The document outlines a federal solicitation for Analytical Operational Test and Evaluation Support Services for Information Warfare (Code 60) for the Operational Test and Evaluation Force (OPTEVFOR) in Norfolk, VA. The contract, set aside for Women-Owned Small Businesses, has an estimated value of $47,000,000.00 to $49,000,000.00 and specifies services including documentation review, test design, planning, execution, data management, analysis, reporting, modeling and simulation support, and program management. Key deliverables include Test and Evaluation Documents, Trip Reports, Monthly Status Reports, and Financial Status Reports. The performance period, location, travel requirements, and government-provided training for contractors are detailed. Minimum personnel qualifications, including U.S. citizenship, MS-Office proficiency, and specific T&E experience, are also outlined.
Pricing Spreadsheet.xlsx
Excel24 KBMar 23, 2026
AI Summary
This government file outlines labor categories, hours, and travel expenses for a multi-year project, including a six-month extension period under FAR clause 52.217-8. It details requirements for the 'BASE Year,' Year 1, Year 2, Year 3, Year 4, and the FAR clause 52.217-8 period. For each period, the document lists specific labor categories such as Program Manager, Senior Test and Evaluation Engineer, Data Engineer, and Cybersecurity/Operational SME, along with their respective hours. The instructions require the provision of fully burdened hourly rates, extended prices, labor subtotals, burdened travel amounts, and the total sum of labor and travel for each performance period. Finally, it mandates a grand total for the entire five-year project plus the 52.217-8 ordering period. The document serves as a pricing sheet or cost proposal template within a federal government RFP, requiring detailed financial breakdowns for services rendered.
1.13 DD254_60IDIQDRAFT.pdf
PDF71 KBMar 23, 2026
AI Summary
The provided document indicates that the proper contents of the file could not be displayed, suggesting an issue with the user's PDF viewer. It recommends upgrading to the latest version of Adobe Reader for Windows, Mac, or Linux, and provides links for download and further assistance. The document is essentially an error message within a government file context, advising on troubleshooting steps to access the actual content. It clarifies that Windows, Mac, and Linux are trademarks of their respective owners.
WD 2015-4341 Rev. 32 DTD 12032025.pdf
PDF4727 KBMar 23, 2026
AI Summary
This document, Wage Determination No. 2015-4341, Revision No. 32, outlines minimum wage rates and fringe benefits for service contract employees in specific counties of North Carolina and Virginia. It details various occupational categories, from administrative support to technical and transportation roles, with corresponding hourly rates. The determination also includes provisions for health and welfare benefits, vacation, and eleven paid holidays annually. Key footnotes address exemptions for computer employees and provide details on night and Sunday pay for air traffic controllers and weather observers. Additionally, it specifies hazardous pay differentials and uniform allowances. The document concludes with a conformance process for unlisted occupations, ensuring fair compensation and compliance with the Service Contract Act and related Executive Orders like EO 13706 for paid sick leave and EO 13658 for minimum wage.
Past_Performance_Information_Form.docx
Word17 KBMar 23, 2026
AI Summary
The document, Solicitation N0018926RW005, is a Past Performance Information Form used in government RFPs, federal grants, and state/local RFPs. Its purpose is to gather detailed past performance data from an offeror regarding prior contracts or efforts. The form requires information such as the offeror's name, contract identifiers, customer details (name, location, point of contact, and verifiable contact information), total dollar value broken into annual increments (including estimated and actual amounts for ordering vehicles), and the period of performance (requiring at least one year of completed performance). Additionally, it asks for the average number of full-time equivalent personnel per year, a detailed description of the work performed to demonstrate relevance to the current solicitation's scope (including user population, trouble ticket volume, and turnaround time for helpdesk work), and details regarding subcontractors utilized, including their work description and annual dollar value. This form is critical for evaluating an offeror's experience and capability to perform the solicited work.
PAST_PERFORMANCE_REPORT_FORM.docx
Word33 KBMar 23, 2026
AI Summary
The document, Solicitation N0018926RW005, is a Past Performance Report Form used by NAVSUP Fleet Logistics Center Norfolk (FLCN) to evaluate contractor performance on previous contracts. This evaluation is critical for assessing a contractor's probability of successfully completing future work for the government, particularly concerning a contract resulting from the specified solicitation. The form requests information about the contractor's name, contract details, and period of performance. It is to be completed by a third-party agency/company, not the originating contractor. The questionnaire covers key areas such as quality (recruiting, retention, meeting contract requirements, customer satisfaction, rework, innovative work), timeliness (performance schedules, submission of information), responsiveness (addressing concerns, problem resolution, cost control), and additional observations (strengths, weaknesses, satisfaction with contractor, similar efforts). This form serves as a crucial tool in the source selection process, ensuring informed decisions based on a contractor's past performance.
Solicitation N0018926RW005 Questions and Answers.pdf
PDF125 KBMar 23, 2026
AI Summary
This document addresses questions and answers regarding Solicitation N0018926RW005, a government Request for Proposal (RFP). Key clarifications include the acceptability of PDF versions for proposal submissions and supporting documentation, especially to preserve formatting. The pricing spreadsheet for the FAR 52.217-8 6-month extension has been revised to reflect half the listed hours. The 12-page limit for Past Performance in Volume I includes the Past Performance Information form. Offerors must provide proposed labor categories and hours with associated rates at the Contract level. Cybersecurity Maturity Model Certification (CMMC) information should be presented in the Technical Proposal. Finally, the document clarifies that “DAWIA (or equivalent)” qualifications can include specific Acquisition and Test & Evaluation certifications even without formal DAWIA certification.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedFeb 26, 2026
amendedLatest Amendment· Description UpdatedMar 23, 2026
deadlineResponse DeadlineApr 1, 2026
expiryArchive DateApr 16, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NAVSUP FLT LOG CTR NORFOLK

Point of Contact

Place of Performance

Norfolk, Virginia, UNITED STATES

Official Sources