H30 Engineering Services
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.
Opportunity Overview
The Naval Surface Warfare Center Dahlgren Division (NSWCDD) is seeking H30 Engineering Services under a Total Small Business Set-Aside for eligible SeaPort-NxG Prime Contractors. This Draft Request for Proposal (RFP) outlines requirements for comprehensive engineering, technical, and administrative support to the Weapons Control and Integration Department (H), Missile Systems, Threat Engineering, and Weapons Effectiveness Division (H30). The primary place of performance for the contractor's facility must be within 60 miles of NSWCDD, Dahlgren, VA.
Scope of Work
The contractor will provide non-personal professional services encompassing:
- Engineering: System, mechanical, electrical, computer hardware and software engineering, design, modeling, simulation, test, verification, cybersecurity, and life cycle support.
- Technical Support: Configuration management, logistics support, engineering technician services, information assurance (IA) support, and system administration.
- Management & Administrative: Project management, accounting and business services, and technical writing services. This effort supports the development, test, integration, and fielding of weapon control systems, advanced weapon systems, missile systems, and related effectiveness, simulation, and testing efforts for both US and US-provided Foreign Military Sales (FMS) systems, including a new Virtual Operational Missile (VOM) simulator.
Contract Details
- Contract Type: Level of Effort (term) Task Order, primarily Cost-Plus-Fixed-Fee (CPFF) for labor.
- Period of Performance: A Base Year (August 2027 - August 2028) followed by four Option Years (August 2028 - August 2032). A surge option is available.
- Government Furnished Property (GFP): Includes NMCI and RDT&E Laptops.
- Deliverables: A comprehensive Contract Data Requirements List (CDRL) specifies various reports, plans (e.g., Cybersecurity Test Plan, Software Development Plan), and documentation.
- Personnel Requirements: Detailed qualifications are provided for various roles, including 8 Key Personnel positions. Personnel will require SECRET, TOP SECRET, and SCI eligibility.
Submission & Evaluation
- Proposal Due Date: June 24, 2026, at 12:00 PM local time.
- Questions Due Date: June 12, 2026.
- Submission Method: Proposals must be submitted via the PIEE Solicitation Module; offerors must register for PIEE accounts.
- Evaluation Criteria: Best value source selection. Technical (Factor 1) is more important than Past Performance (Factor 2), and both combined are significantly more important than Cost Proposal (Factor 3).
- Key Attachments: Bidders must utilize provided templates for Past Performance Reference (J.5), Cost Proposal Spreadsheet (J.6), and Staffing Plan (J.3), guided by the Personnel Qualifications Guide (J.4). The Quality Assurance Surveillance Plan (QASP) outlines how contractor performance will be monitored.
Contact Information
- Primary Contact: Karrington Wilson (karrington.r.wilson.civ@us.navy.mil)
- Secondary Contact: Jason W Simpson (jason.w.simpson.civ@us.navy.mil, 5407428783)