Opportunity

PIEE #N65236-26-RFPRFQ-LSUBP00034-0074

NIWC Atlantic Market Survey: Small Business Support for Navy Integrated Voice Communication Systems

Buyer

NIWC Atlantic

Posted

May 05, 2026

Respond By

June 08, 2026

Identifier

N65236-26-RFPRFQ-LSUBP00034-0074

NAICS

541330, 541690, 541512

This opportunity is a market survey from NIWC Atlantic seeking small business SeaPort NexGen Prime Contractors to provide engineering and technical support for Integrated Voice Communication Systems (IVCS) and related Interior Communications (IC) systems aboard Aegis-class ships and Aegis Ashore sites. - The buyer is Naval Information Warfare Center (NIWC) Atlantic, with support also required for NIWC Pacific. - The scope includes engineering, technical documentation, system integration, installation, testing, troubleshooting, logistics, configuration management, and program management for IVCS and related systems. - Services are required at multiple locations, including Bath Naval Shipyard (ME), Ingalls Shipbuilding (Pascagoula, MS), Norfolk Navy Base (VA), Pearl Harbor (HI), NIWC Atlantic Detachment (VA), and various CONUS/OCONUS shipyards and NIWC facilities worldwide. - The contract is anticipated to be a 5-year Cost-Plus-Fixed-Fee (CPFF) effort, estimated between $10M and $50M, requiring approximately 27 Full Time Equivalents (FTEs) annually. - The contract will require CMMC Level 2 certification throughout its duration. - Only small businesses with SeaPort NexGen Prime Contracts are eligible; the opportunity is set aside for various small business categories (SDVOSB, HUBZone, WOSB, EDWOSB). - Strict limitations on subcontracting apply: the small business prime must manage the contract and cannot pay more than 50% of the contract value to non-similarly situated subcontractors. - No specific OEMs, products, or part numbers are named; the focus is on professional services and support for Navy voice communication systems. - Key personnel include Program/Project Manager II and Electrical/Electronics Engineers. - Emphasis is placed on cybersecurity, quality assurance, and government property management.

Description

. This Market Survey is issued for the purpose of assessing Small Business capabilities. Small Business firms having the capabilities to perform the tasking described in this MS are encouraged to respond. It should be noted that any resultant set aside contract or task order for services (except construction) will include the applicable limitations on subcontracting clause. If responding using similarly situated entities (SSEs), as defined in FAR 52.219-14, Limitations on Subcontracting, the small business prime will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not SSEs. See FAR Clauses: 52.219-27 - Notice of Service-Disabled Veteran-Owned Small Business Set-Aside 52.219-3 - Notice of HUBZone Set-Aside or Sole Source Award); 52.219-29 – Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns; 52.219-30 – Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program¬. Note: The respondent (prime) proposing an SSE arrangement will need to have the infrastructure and resources in place to manage the entire contract and task order(s). Only Small Business firms currently holding SeaPort NexGen Prime Contracts should respond and will be evaluated.

View original listing