AI helper
This is a solicitation for Support Professional services, including engineering, technical services, aviation warfare, and operational test and evaluation. The contract will be a firm-fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) contract. Award will be made to the responsible offeror whose proposal is most advantageous to the government, considering price and other factors. The evaluation process will be conducted in two phases: Phase I will evaluate facilities clearance, and Phase II will evaluate technical approach, past performance, and price. The non-price proposal is considered significantly more important than the price proposal. Offerors must possess a Top Secret facility clearance. The technical approach will be evaluated based on staffing approach and performance and management approach. Past performance will be evaluated based on recency, relevancy, and quality. The contract period of performance is from May 16, 2026, to November 15, 2031, with an option to extend services for up to 6 months. Cybersecurity requirements, including CMMC Level 1 Self, CMMC Level 2 Self, CMMC Level 2 C3PAO, or CMMC Level 3 DIBcac, are mandatory prior to award. Offerors must submit proposals electronically by March 19, 2026. Travel costs are estimated and will be reimbursed according to company policy, not to exceed the Department of Defense Joint Travel Regulations. Invoicing and payment will be processed through the Wide Area Workflow (WAWF) system. Security requirements include obtaining a Common Access Card (CAC) and potentially undergoing background investigations depending on the level of access required. Offerors must be Service Disabled Veteran Owned Small Businesses (SDVOSBs) under NAICS code **** clauses related to cybersecurity, data protection, and contractor responsibilities are included.
The contract performance period is from May 16, 2026, to November 15, 2031, with a potential extension of up to 6 months. Performance under task orders may continue for 365 days after the last day of the ordering period.
The bid notice states that invoices will be reviewed and paid according to contract procedures, with 100% accuracy required for invoicing. Payment requests and receiving reports are to be submitted electronically through the Wide Area Workflow (WAWF) system.
The government intends to award a single firm-fixed-price (FFP), indefinite delivery, indefinite quantity (IDIQ) contract to the responsible offeror whose proposal is most advantageous to the government, price and other factors considered. The non-price proposal is significantly more important than the price proposal.
Offerors must be Service Disabled Veteran Owned Small Businesses (SDVOSBs) under NAICS code 541330. They must also possess an active Top Secret facility clearance at the time of proposal submission and meet cybersecurity maturity model certification (CMMC) level requirements prior to award.
The bid notice mentions that failure to achieve minimum satisfactory performance may result in termination of the contract/task order, loss of future government contracts/task orders, or non-exercise of options. The government may also issue a contract discrepancy report (CDR) for items not meeting acceptable levels.
The bid notice does not explicitly state a deadline for challenging the bid. However, it mentions that questions regarding clarification of solicitation requirements must be received by 10:00 AM Eastern Time (ET) on March 19, 2026.