Data Acquisition and Retrieval System (DARTS)
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 Department of the Navy, NUWC DIV NEWPORT, is soliciting a sole source Small Business Innovative Research (SBIR) Phase III contract for Data Acquisition and Retrieval System (DARTS) engineering services. This requirement is a follow-on to N66604-21-D-H100 and is being awarded to General Dynamics Mission Systems Inc. (GDMS). The purpose is to collect and analyze Submarine Non-Propulsion Electronic System (NPES) data for test and evaluation (T&E) reporting. Responses are due February 9, 2026.
Opportunity Details
This is a Cost Plus Fixed Fee (CPFF), Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The NAICS Code is 541715 (Research and Development in the Physical, Engineering, and Life Sciences) with a size standard of 1,000 employees. The anticipated period of performance is May 8, 2026, to May 7, 2031, requiring an estimated 314,020 man-hours. The maximum order value is $68,000,000.
Scope of Work
The contractor will design, modify, install, remove, and provide operational support for DARTS systems compatible with VIRGINIA (SSN 774) Class, COLUMBIA (SSBN 826) Class, and in-service submarines. Key tasks include upgrading DARTS for future Technology Insertions, managing DARTS test databases, conducting demonstrations and testing, and providing detailed DARTS software definition documentation. The effort also involves identifying NPES requirements for CPS Weapon System and Payloads integration into DARTS, and providing cybersecurity developmental testing support.
Key Requirements & Security
This opportunity requires a Top Secret Facility Security Clearance (FCL) and safeguarding capability. Access to COMSEC, Restricted Data, National Intelligence Information (SCI), Foreign Government Information, and Controlled Unclassified Information (CUI) is necessary. Offerors must have Cybersecurity Maturity Model Certification (CMMC) Level 2 or higher prior to award. A 10% Small Business Participation objective is set, and offerors must detail their approach to meeting this goal. Key personnel requirements include an Information Assurance Technical (IAT) workforce member level II and a Senior Technical Representative (STR).
Submission & Evaluation
Proposals are due by 02:00 PM local time on February 9, 2026. The government intends to make a single award to GDMS, provided a fair and reasonable price can be agreed upon. There is no requirement for a technical proposal submission. Evaluation will focus on meeting Pass/Fail requirements, including facility and safeguarding clearance verification, a plan for obtaining personnel clearances, verification of no Organizational Conflict of Interest (OCI), a Software Development Plan (SDP), Government Furnished Property (GFP) management methods, and small business participation. Cost/Price analysis will be conducted, and a Certificate of Current Cost or Pricing Data will be required. Questions must be submitted via email to the points of contact at least 15 calendar days prior to the closing date.
Contact Information
Primary Point of Contact: Kaitlin McGuire (kaitlin.m.mcguire2.civ@us.navy.mil) Secondary Point of Contact: Suzanne Morgera (suzanne.e.morgera.civ@us.navy.mil)