NAWCAD WOLF EPF SOURCES SOUGHT
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 AIR WARFARE CENTER AIR DIV (NAWCAD WOLF) is conducting Sources Sought market research to identify qualified businesses for a follow-on contract providing Engineering, Prototyping, and Fabrication (EPF) services. This effort supports rapid organic engineering and production capabilities, primarily in Saint Inigoes, MD, and Patuxent River, MD. Responses are due by April 17, 2026, at 2 PM EST.
Purpose & Scope
This Sources Sought notice serves as a market research tool to gauge the availability and technical capability of businesses interested in supporting a follow-on contract for Engineering, Prototyping, and Fabrication (EPF) for NAWCAD WOLF. The objective is to provide rapid organic engineering, prototyping, reverse-engineering, environmental testing, antenna repairs/life cycle extensions, and production capabilities.
Key services include:
- Engineering Support: Design, development, analysis, documentation, CAD, M&S, reverse engineering, and testing.
- Systems Engineering Support: Planning, requirements analysis, concept designs, technical evaluations, Configuration Management (CM), and Test and Evaluation Master Plans (TEMPs).
- Fabrication Support: CNC machining, sheet metal, welding, composite repairs, additive manufacturing, system integration, and quality control.
- Compliance Support: Material handling, Government Furnished Equipment (GFE) operation, inventory management, and HAZMAT compliance.
Anticipated Contract Details
- Type: Anticipated to be a competitively awarded Seaport MAC Task Order (TO) under FAR 16.505.
- Structure: Will combine Performance Based work and Labor Hour (LOE) hours.
- Duration: Expected to have a base year and four (4) option years.
- NAICS Code: 541330 (Engineering Services) with a $47 Million small business size standard.
- PSC Code: L099 (Technical Representation Services: Miscellaneous).
- Set-Aside: Not a formal set-aside for this market research, but respondents should address their ability to meet the 50% small business prime performance requirement (FAR 52.219-14) and qualify as a small business concern (e.g., Small, SDB, WOSB, HUBZone, SDVOSB).
Place of Performance
- Approximately 78% of work will be performed at Government sites in Webster Field, St. Inigoes, MD, and NAS Patuxent River, MD.
- Approximately 22% will be performed at contractor sites within 30 drivable miles of NAWCAD WOLF, St. Inigoes, MD. Contractors must provide approximately 8,000 square feet of industrial support space.
Eligibility & Requirements
- Offerors must possess an adequate accounting system in accordance with FAR 16.301-3(a)(3) for cost-type contracts.
- A "Secret" Facility Clearance is required, with personnel needing appropriate DoD Security Clearance and U.S. citizenship (unless waived).
- Personnel must meet minimum education and experience requirements for various labor categories.
- Compatibility with Government IT environment (e.g., Microsoft Windows 10+, Office Pro Plus 2021+, Adobe).
Submission Details
- Capabilities statements should be no more than ten (10) pages.
- Submissions must detail specific experience, management of similar tasks, technical skills, team management, company profile (status, employees, revenue, DUNS, CAGE), and small business qualifications.
- Information on joint venturing (JV) or partnering is encouraged.
- Submission Deadline: April 17, 2026, at 2 PM (1400) Eastern Standard Time.
- Submission Method: Electronic via email to mary.k.watters.civ@us.navy.mil and jennifer.l.lundburg.civ@us.navy.mil in Microsoft Word or PDF format.
Important Notes
- This is for informational purposes only and does not constitute a Request for Proposal (RFP).
- Responses are voluntary, and the government is not obligated to award a contract.
- No funds are available for response preparation. Proprietary information must be clearly marked.