Opportunity

SAM #N6572626R3101

NAVSEA Miniature Microminiature (2M) Repair and Module Test & Repair Services Solicitation

Buyer

Naval Undersea Warfare Center (NUWC) Mechanical Division

Posted

May 11, 2026

Respond By

June 11, 2026

Identifier

N6572626R3101

NAICS

541330, 811219, 811210

This opportunity from the Department of the Navy's Naval Sea Systems Command (NAVSEA) seeks engineering and technical support for the Miniature Microminiature (2M) Repair and Module Test & Repair (MTR) program. - Government Buyer: - Department of the Navy, NAVSEA Warfare Center - NAVSEALOGCENKYPTDIVNUWC MECH PA, Mechanicsburg, PA - Scope of Work: - Provide progressive repair capability for government electronic and electrical systems - Support the Miniature Microminiature Module Test and Repair Program In-Service Engineering Agent - Services include non-repair, repair, and surge labor efforts totaling over 362,700 labor hours if all options are exercised - Products/Services Requested: - Cost Plus Fixed Fee labor hours for non-repair, repair, and surge activities (base and four option years) - Non-repair labor: 52,480 hours per year - Repair labor: 6,060 hours per year - Surge labor: 14,000 hours per year - Other Direct Costs (ODCs) for each contract year - Notable Requirements: - Small Business Set Aside for SeaPort-NxG MAC holders - Minimum facility clearance of Secret - Compliance with NIST SP 800-171 (Basic) and CMMC Level 2 (Self) - Adherence to NAVSEA safety, data, and property management standards - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation - Place of Performance: - Primary locations include Portsmouth, VA and Mechanicsburg, PA (NAVSEA offices)

Description

This opportunity is for SEAPORT NXG MAC HOLDERS ONLY and is a Small Business SET ASIDE. No other offers will be considered. SeaPort MAC holders will need to register for PIEE accounts in order to receive solicitations and submit proposals/offers.

Naval Sea Logistics Center, Mechanicsburg, is soliciting for the following non-commercial service: Miniature Microminiature (2M) Repair / Module Test & Repair (MTR). The contractor will be responsible for providing engineering and technical services to support the Miniature Microminiature Module Test and Repair Program In-Service Engineering Agent’s responsibilities of progressive repair capability for Government electronic and electrical systems. The resultant SeaPort task order is anticipated to be awarded as a cost plus fixed fee (CPFF) task order with a base year and four (4) optional years. The solicitation number for this requirement issued as a request for proposal (RFP) is N6572626R3101. This requirement is limited to Small Business SeaPort contract holders with a minimum facility clearance of Secret.

The applicable NAICS code for this requirement is 541330 and has a size standard of $45 million.  The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-C9.

Offerors wishing to submit a proposal are responsible for downloading the RFP from www.sam.gov and frequently monitoring the site for any amendments to the RFP. Proposals must be submitted through the PIEE Solicitation Module. No paper copies will be accepted.  Failure to respond to the RFP and associated amendments as applicable, prior to the closing date and time established, may render an offer non-responsive and result in rejection.  All questions regarding this solicitation shall be submitted in writing via e-mail to marisa.n.wirfel.civ@us.navy.mil and cody.d.hutchinson.civ@us.navy.mil no later than fifteen (15) calendar days following the issue date of the solicitation, with the day after issue of the solicitation being day one.

To access the incorporated clauses/provisions to be completed, download the Federal Acquisition Regulations (FAR) at http://acquisition.gov/far/ and the Defense Federal Acquisition Regulations (DFARS) at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. Offerors are also advised that the representations and certifications can be completed electronically via the System for Award Management website at http://www.sam.gov.

Many of the exhibits and attachments to this RFP contain Controlled Unclassified Information (CUI), and are therefore restricted. Interested Offerors must request access via SAM.gov. The Government will verify each Offeror’s status as a qualified SeaPort-NxG vendor prior to granting access to controlled attachments.

Per DFARS 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements, the National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 applies to this procurement.  The Offeror shall have a current (not more than 3 years old) minimum Confidence Level assessment of “Basic” as identified in the NIST SP 800-171 Assessment Report within the Supplier Performance Risk System (SPRS).  Guidance regarding the NIST SP 800-171 DoD Assessments can be found at https://www.sprs.csd.disa.mil/.  The Government will not extend or delay the procurement for pending Contractor NIST SP 800-171 assessments.

The Program Office has determined CMMC compliance is required effective 10 November 2025. The minimum CMMC assessment requirement for this tasking is CMMC Level 2 (Self).

View original listing