Loading...
N6893625RFPREQ450000E0003
Response Deadline
Apr 24, 2026, 5:00 PM(PDT)18 days
Eligibility
Contract Type
Sources Sought
Naval Air Warfare Center, Weapons Division (NAWCWD) is seeking qualified vendors to provide engineering and technical services and software support equipment products specific to the Spectrum Warfare Department, the Spectrum Mission Data, and Information Engineering Division
This Sources Sought synopsis is for market research purposes to identify qualified sources within the SeaPort contract vehicle. The Government is seeking to determine the availability and technical capabilities of SeaPort contract holders to perform the work described herein. All respondents must be current SeaPort prime contract holders.
DISCLAIMER
This Sources Sought is for informational purposes only. This is not a Request for Proposals. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract resulting from this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary.
BACKGROUND
This requirement is currently being performed under a Cost Plus Fixed Fee contract, N6893624F3003 with VSolvit LLC. Requests for additional information may be submitted via the Freedom of Information Act (FOIA) at http://foia.navair.navy.mil
REQUIRED CAPABILITIES
The Contractor shall provide the required technical expertise to rapidly design, develop, modify and sustain mission-critical Integrated Weapon Systems, Electronic Warfare Systems, Electronic Support Measures, Electronic Counter Measures, Associated Enabling Technologies, and Quick Reaction Capabilities. The Contractor shall deliver responsive engineering and technical services, while continuously seeking and implementing innovative solutions to improve system performance, reduce life-cycle costs, and enhance the warfighter's competitive advantage in a dynamic threat environment. The Contractor shall require access to classified information in the performance of this contract up to and including Top Secret/Sensitive Compartmented Information (SCI). The contract will require a final Top Secret Facility Clearance Level (FCL) with an approved safeguarding level of Secret.
Interested parties are invited to respond with a capability statement demonstrating their ability to perform the work described in the sections below.
2.0 Required Capabilities
Respondents should provide detailed examples of their experience in the following key areas. Capability statements should not merely repeat the requirements but should provide concrete examples of past projects, methodologies, and outcomes that demonstrate proficiency.
2.1 Quick Reaction Capabilities (QRC) and Novel Systems
Respondents should demonstrate their ability to rapidly develop and field solutions in dynamic environments. Please provide examples of your experience in:
Rapid Prototyping and Integration: Describe your experience designing, building, and testing QRC kits and novel system prototypes. Include examples of integrating unique subsystem components (e.g., RF, acoustic, optical sensors) and modifying sensor data fusion software.
Test and Evaluation (T&E): Provide examples of developing T&E plans, CONOPS, and test reports for QRC technologies. Detail your experience characterizing system components using methods like direct RF injection and over-the-air testing.
Deployment and Support: Describe your process for deploying prototypes and QRC kits to test locations or end-users, including the logistical, technical, and documentation support you provided.
2.2 Research and Analysis
Respondents should demonstrate a strong capability to perform in-depth research and analysis to guide technology insertion and system design. Please provide examples of your experience in:
Technology Assessment and Integration: Detail your experience performing trade studies and analysis on emerging technologies such as Big Data analytics, cloud systems, COTS/GOTS hardware/software, and Service-Oriented Architectures. Provide examples of recommendations you have made for technology insertion.
Systems Analysis: Describe your experience analyzing IT-based mission information systems, including software anomaly investigation, human systems integration (HSI), and ensuring backward compatibility with legacy systems.
Requirements Management: Provide examples of your ability to develop and manage formal systems engineering documentation, such as Functional Requirements Documents (FRDs) and Requirements Traceability Matrices (RTMs).
2.3 Engineering
Respondents should demonstrate comprehensive engineering expertise for the full life cycle of EW and mission information systems. Please provide examples of your experience in:
EW Systems Software Engineering: Describe your software development capabilities, including developing to new requirements and correcting deficiencies. Detail your experience with sensor data fusion, particularly using sources like the EWIR Database and the Combined Intelligence Database (CID).
Mission Data & Threat Analysis: Provide examples of your work developing mission data files for EW systems. This should include threat analysis, generation of flight/mission plans, and optimizing sensor libraries to counter specific threats.
Field Engineering and Sustainment: Detail your experience supporting the fielding, operation, and testing of new and prototype systems in various operational environments. Describe your process for performing continuous performance assessments and troubleshooting deficiencies in deployed systems.
2.4 Program and Project Management
Respondents must demonstrate a robust and proven management approach to overseeing complex technical projects and programs. Please provide details on your:
Project Management Framework: Describe your formal process for managing multiple, concurrent projects from requirements evaluation to final closeout and acceptance testing.
Program Reporting and Controls: Provide examples of your management tools and reporting mechanisms. Specifically, address your experience with monthly progress/cost reports, developing and maintaining a Program Management Plan (PMP), Quality Control Plan (QCP), and using summary/project-level dashboards to maintain insight into project status, funding, burn rates, and deliverables.
Cost and Schedule Analysis: Detail your experience in cost estimation, subcontractor cost analysis, and providing detailed schedule analysis to ensure projects remain on track.
Period of Performance: Ordering Period of Five Years
Estimated Total Level of Effort: 435,700 Hours
Estimated Required Labor Categories: 29
ELIGIBILITY
Only Seaport approved businesses are eligible. The North American Industrial Classification System (NAICS) code for this requirement is 541330. The Product Service Code (PSC) is AC33.
SUBMISSION DETAILS
Interested businesses should submit a brief capabilities statement package (no more than 10 pages in length, 12 point font minimum), demonstrating their ability to deliver the requirements outlined in the Required Capabilities Section herein. This documentation should address, at a minimum, the following:
The capability statement package should be submitted by email to the Contract Specialist (CS), Jennifer Felton at jennifer.a.felton.civ@us.navy.mil by no later than 10:00 AM PST on 22 April2026. Classified material SHOULD NOT be submitted.
For Seaport related assistance, email: usn.ncr.comnavseasyscomdc.mbx.seaport-support@us.navy.mil.
DEPT OF DEFENSE
DEPT OF THE NAVY
NAVAIR
NAVAIR NAWC WD
NAVAL AIR WARFARE CENTER
NAVAL AIR WARFARE CENTER
WEAPONS CT 25400E D
429 E BOWEN RD STOP 4015
CHINA LAKE, CA, 93555-6018
NAICS
Engineering Services
PSC
NATIONAL DEFENSE R&D SERVICES; DEFENSE-RELATED ACTIVITIES; EXPERIMENTAL DEVELOPMENT