Closed Solicitation · DEPT OF DEFENSE

    UNDERSEA WARFARE ANALYTICAL OPERATIONAL TEST AND EVALUATION SUPPORT SERVICES

    Sol. N0018926Q0029Sources SoughtNORFOLK, VA
    Closed
    STATUS
    Closed
    closed Jan 12, 2026
    POSTED
    Jan 5, 2026
    Publication date
    NAICS CODE
    541330
    Primary industry classification
    PSC CODE
    R425
    Product & service classification

    AI Summary

    The Department of Defense is seeking qualified sources for Undersea Warfare Analytical Operational Test and Evaluation Support Services. This Sources Sought announcement is for information and planning purposes only, and no contract will be awarded from this announcement. Responses are due by January 12, 2026, and should include detailed capability statements and relevant past performance information.

    Contract details

    Solicitation No.
    N0018926Q0029
    Notice Type
    Sources Sought
    Posted Date
    January 5, 2026
    Response Deadline
    January 12, 2026
    NAICS Code
    541330AI guide
    PSC / Class Code
    R425
    Primary Contact
    Amber Bradley
    State
    VA
    ZIP Code
    23511-3392
    AI Product/Service
    service

    Description

    This announcement constitutes a Sources Sought for information and planning purposes.  Naval Supply Center (NAVSUP) Fleet Logistics Center (FLC) Norfolk’s intent of this announcement is to identify qualified and experienced sources for a contract vehicle that will provide Undersea Warfare Division 40, Analytical Operational Test and Evaluation Support Services as defined in the attached draft Performance Work Statement (PWS). This announcement constitutes a sources sought for written information only.  This is not a solicitation announcement for proposals and a contract will not be awarded from of this announcement. This announcement is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response.

    Anticipated NAICS Code

    The NAICS Code for this requirement is 541330 – Engineering Services and the Size Standard is $25.5 million.  The Government has not yet determined whether an existing strategically sourced vehicle will be used to satisfy this requirement.

    Reponses to this Sources Sought request should reference N0018926Q0029 and shall include the following information in this format:

    1. Company name, address, point of contact name, phone number, fax number and email address.
    2. Contractor and Government Entity (CAGE) Code.
    3. If the services can be solicited from a GSA schedule, provide the GSA contract number.
    4. If the services can be solicited from SeaPort-NXG, please provide the contract number.
    5. Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Service Disabled Veteran-owned.
    6. An estimated Rough Order of Magnitude (ROM).
    7. A copy of SAM.GOV active registration. Must reflect Data Universal Numbering System, Commercial and Government Entity, and Reps/Certs.
    8. *****A copy of Defense Security Service verification or letter from the contractor’s Corporate Officer certifying it possesses a current Top Secret Facilities Clearance.*****
    9. Capability statement displaying the contractor’s ability to provide the services, to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years.  Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this sources sought.
    10. The Government is still determining the acquisition strategy and if this acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. Note that if there is sufficient demonstrated interest and capability among small businesses, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14.  If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.
    11. Include any other supporting documentation.
    12. Comments or suggested changes to the Government's NAICS Determination
    13. Identify conditions or issues the U.S. Government should consider or may interfere with the intention of this project.

    Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed fifteen (15) typewritten pages in no less than 12 font size.

    Responses shall be emailed to Amber Bradley at amber.v.bradley.civ@us.navy.mil by 10AM ET on Monday, January 12, 2026. Again, this is not a Request for Proposal.  Respondents will not be notified of the results.  Please note the information within this sources sought request will be updated and/or may change prior to an official synopsis/solicitation, if any is issued.

    Attachments:

    Attachment I – Draft Performance Work Statement

    NOTE: Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. Again, this is not a request for a proposal.  Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any.

    Key dates

    1. January 5, 2026Posted Date
    2. January 12, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    UNDERSEA 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.