- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Undersea Warfare Analytical Operational Test and Evaluation Support Services
Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Mar 23, 2026. Industry: NAICS 541330 • PSC R425.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 541330 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 541330
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 40, Undersea 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 N0018926Q0029) associated with this solicitation was posted on 05 Jan 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 Undersea Warfare Division (Code 40), which tests and evaluates all undersea warfare systems, including submarine, surface, aviation, and UUV anti-submarine warfare and mine 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 Amber Bradley at amber.v.bradley.civ@us.navy.mil and Paul Cofield at paul.b.cofield.civ@us.navy.mil.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.