INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
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 Information Warfare Center (NIWC) Pacific intends to issue a Request for Proposal (RFP) No. N6600126R0019 for Intelligence, Surveillance, and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). This presolicitation outlines a requirement for developing and fielding advanced ISR systems to maintain robust communication, surveillance, and security against evolving threats. The procurement will be competed on a full-and-open basis, with the final RFP anticipated no earlier than November 21, 2025.
Scope of Work
The contractor will provide comprehensive technical support services, including:
- Algorithm development and data design processing
- Hardware and software development, fabrication, installation, testing, deployment, recovery, and repair
- Systems engineering, program and configuration management
- Logistics, maintenance, sustainment, and training
- Environmental support and analysis for ISR activities and systems
ISR activities may involve support related to chemical, nuclear, biological, and radiological (CNBR) elements for unmanned systems. ISR systems include surveillance programs, networks, tactical data communications, automated radio systems, satellite terminals, and space, air, land, and water autonomous/non-autonomous systems. Work may be performed globally, including on afloat vessels and with coalition partner nations.
Contract & Timeline
- Type: Multiple Indefinite-Delivery, Indefinite Quantity (IDIQ) contracts
- Pricing: Cost-Plus-Fixed-Fee (CPFF) and Cost (no fee) arrangements
- Duration: Seven-year ordering period
- Set-Aside: Full-and-Open
- NAICS: 541715 (Research and Development in the Physical, Engineering and Life Sciences, excluding nanotechnology and biotechnology)
- Small Business Size Standard: 1,000 employees
- Security Classification: Varies from Unclassified to Top Secret/Incidental Sensitive Compartmented Information (TS/SCI)
- Anticipated RFP Release: No earlier than November 21, 2025
- Published: November 7, 2025
Additional Notes
This is a follow-on requirement to contracts N6600121D0053 through 0063. A market survey (MKTSVY-0019F306, N6600125R0025) was previously posted on March 5, 2025. The solicitation will be available electronically via the Procurement Integrated Enterprise Environment (PIEE) website at https://piee.eb.mil under Notice ID N6600126R0019.