45-0002; Engineering Services HM&E SCEMS
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) is conducting market research through a Sources Sought Notice for Engineering Services related to Hull, Mechanical, & Electrical Submarine Communication and Electromagnetic Systems (HM&E SCEMS). This effort aims to identify potential sources for an anticipated Cost Plus Fixed Fee (CPFF) Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Responses are due by March 12, 2026, 06:00 PM EST.
Scope of Work
The Government is seeking support for the engineering, design, fabrication, and testing of prototype equipment; integrated logistics support (ILS); Shipboard Verification Test (SVT) support; program management; financial; and administrative support for HM&E SCEMS. Key services include:
- Engineering Service Support
- Program Management Support
- Logistics Support
- Prototype Fabrication Support
- Test Site and Environmental Qualification Support
- Administrative and Financial Support
- Engineering Shipboard and Waterfront Testing Support
- Logistics Support for Shipboard and Waterfront Testing, Installation and Modernization
- Prototype Fabrication in Support of Shipboard and Waterfront Testing
- Test Site Support in System Verification Testing (SVT) and Material Receipt Inspection
- Information System Security Engineer (ISSE) Support
- AIT/OSIC Submarine Modernization Services
Special requirements include maintaining a Quality Management System, Risk Management, obtaining SUBSAFE and Level I technical guidance, and providing recommendations for maintenance and repair of SUBSAFE/Level I components. The contractor must maintain a SECRET clearance, with the potential for TOP SECRET/SCI.
Contract & Timeline
- Type: Anticipated Cost Plus Fixed Fee (CPFF) IDIQ
- Period of Performance: Anticipated 5-year (60 months) ordering period
- NAICS Code: 541330 (Engineering Services)
- Anticipated RFP Issuance: January 2027
- Response Due: March 12, 2026, 06:00 PM EST
- Published: February 24, 2026
Submission & Evaluation
Interested parties must submit a Capability Statement (maximum 7 pages) via email to jenny.e.tomeo.civ@us.navy.mil. The email subject line must be "N64498-26-RFPREQ-PD-45-0002". Capability statements should specifically address the contractor's capacity (magnitude, technical knowledge/ability) to perform the described requirements, including citing similar relevant performance.
Additional Notes
This notice is for market research purposes only and does NOT constitute a Request for Proposal. The Government will not pay for any information received and is not seeking unsolicited proposals. No set-aside is specified at this stage. Only information provided in the written Capability Statement will be considered.