Closed Solicitation · DEPT OF DEFENSE

    Expeditionary Warfare Analytical Operational Test and Evaluation Support Services

    Sol. N0018926RW004PresolicitationSet-aside: Service-Disabled Veteran-Owned Small Business Set AsideNORFOLK, VA
    Closed
    STATUS
    Closed
    closed Mar 26, 2026
    POSTED
    Mar 25, 2026
    Publication date
    NAICS CODE
    541330
    Primary industry classification
    PSC CODE
    R425
    Product & service classification

    AI Summary

    The Naval Supply Systems Command intends to award a firm-fixed-price contract for test and evaluation services supporting the Operational Test and Evaluation Force Division 80. This service-disabled veteran-owned small business set-aside will commence on or around May 16, 2026, and includes options for extension. Proposals are invited from all responsible sources.

    Contract details

    Solicitation No.
    N0018926RW004
    Notice Type
    Presolicitation
    Set-Aside
    Service-Disabled Veteran-Owned Small Business Set Aside
    Posted Date
    March 25, 2026
    Response Deadline
    March 26, 2026
    NAICS Code
    541330AI guide
    PSC / Class Code
    R425
    Contract Code
    1700
    Primary Contact
    Sarah Celestin
    State
    VA
    ZIP Code
    23511-3392
    AI Product/Service
    service

    Description

    The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk Contracting Department, Norfolk, VA 23511, intends to award a single, firm-fixed-price (FFP), indefinite-delivery, indefinite-quantity (IDIQ) type contract for test and evaluation services in support of Operational Test and Evaluation Force (OPTEVFOR) Division 80, Surface Warfare. The Government will solicit and award using the policies and procedures of FAR Part 12, Acquisition of Commercial Products and Commercial Services; FAR Part 15, Contracting by Negotiation; FAR Subpart 16.5, Indefinite-Delivery Contracts; and FAR Subpart 19.14, Service-Disabled Veteran-Owned Small Business Procurement Program. Services will commence on/around 16 May 2026 and continue through 15 May 2031 for the five-year basic ordering period. The contract will contain the option to extend services in accordance with FAR clause 52.217-8 to allow for performance through 15 November 2031 if exercised. A request for information (RFI)/sources sought notice (number N0018926Q0031) associated with this solicitation was posted on 05 January 2026 to identify interested sources and to obtain feedback on a draft Performance Work Statement. As a result of information obtained from responses to the RFI/sources sought notice, this requirement will be solicited competitively as a service-disabled, veteran-owned small business set-aside. The activity’s small business office concurs with this determination. The NAICS code applicable to this procurement is 541330 Exception 2. The size standard is $47 million. The Product Service Code is R425. The anticipated award date is no later than 16 May 2026. This requirement is in support of the Surface Warfare Division (Code 80), which tests and evaluates all surface warfare systems under the most operationally realistic conditions possible. The division's main effort is to assist, through early involvement, in the acquisition process, conduct tests, and provide timely and accurate evaluations to characterize system performance and resulting capability. The contractor shall provide support in evaluating the operational effectiveness and suitability of the system under test that has been assigned to OPTEVFOR for OT&E in accordance with the processes and procedures prescribed in the Operational Test and Evaluation Manual (M-3980.2 (series)). Further specified requirements include test design, test planning, modeling and simulation support, test execution, post-test iterative process and reporting, and cyber survivability test planning. The primary place of performance is Norfolk, VA. However, performance may also be required in numerous locations within and outside the continental United States. All responsible sources may submit a proposal that will be considered by the Government. By submitting a proposal, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. Please direct all questions regarding this requirement to Sarah Celestin at sarah.n.celestin.civ@us.navy.mil and Carlton Walton at carlton.t.walton.civ@us.navy.mil

    Key dates

    1. March 25, 2026Posted Date
    2. March 26, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    Expeditionary Warfare Analytical Operational Test and Evaluation Support Services is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.