NAWCAD WOLF SAIW Technical and Engineering Services (TES)

SOL #: N0042126R3006Special Notice

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAIR NAWC AD

Place of Performance

Saint Inigoes, MD

NAICS

Engineering Services (541330)

PSC

National Defense R&D Services; Department Of Defense Military; Experimental Development (AC13)

Set Aside

No set aside specified

Timeline

1
Posted
May 12, 2026
2
Action Date
May 21, 2026, 8:00 PM

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 Aircraft Division (NAWCAD) Webster Outlying Field (WOLF) has issued a DRAFT Request for Offer (RFO) for Technical and Engineering Services (TES) for its Ship & Air Integrated Warfare (SAIW) Division. This special notice seeks industry input, comments, and questions on the draft RFO and its attachments. The procurement is intended for qualified businesses holding a current SeaPort - Next Generation (NxG) Multiple Award Contract (MAC).

Purpose and Scope

NAWCAD WOLF, operating as the organic Lead Systems Integrator® (oLSI®), requires TES to support advanced research and development, systems engineering, and life cycle support for electronics, communications, and information systems. This includes Command, Control, Communications, Computers, Combat Systems, Cyber, Intelligence, Surveillance, and Reconnaissance (C6ISR) systems, subsystems, and components for various platforms (airborne, land-based, mobile, sea-based surface, and sub-surface). The Statement of Work (SOW) details core services such as concept and technology development, system integration, and cybersecurity support, focusing on rapidly-developed engineering designs for warfighter operational use.

Contract Details

  • Opportunity Type: Special Notice (DRAFT RFO for feedback)
  • Intended Contract Type: Task Order (TO) under SeaPort NxG MAC
  • Pricing Structure: Cost-Plus-Fixed-Fee (CPFF) for Labor, Cost Reimbursement for Other Direct Costs (ODCs), and Not Separately Priced (NSP) for Data and Contract Acquired Property (CAP).
  • Period of Performance (Intended): A base period from June 21, 2027, to June 20, 2028, with multiple option periods extending through June 20, 2033.
  • Estimated Level of Effort: 1,580,240 man-hours of direct labor.
  • Product Service Code (PSC): AC13 - National Defense R&D Services; Department Of Defense - Military; Experimental Development.
  • NAICS Code: 541330 - Engineering Services ($47M small business size standard).
  • Place of Performance: Approximately 26% at Government sites (e.g., MCAS Yuma, MCB Oahu, NAS Patuxent River, NAWCAD WOLF, MCAS Cherry Point) and 74% at contractor sites within 50 miles of NAWCAD WOLF, St. Inigoes, MD.

Eligibility and Set-Aside

  • Eligibility: Restricted to businesses holding a current SeaPort - Next Generation (NxG) Multiple Award Contract (MAC).
  • Set-Aside: Unrestricted Competition.

Key Requirements and Evaluation

The draft RFO outlines requirements including:

  • Personnel: Stability of proposed key personnel, specific security clearances (Secret, TS, TS/SCI), and adherence to Cyber Security Workforce (CSWF) qualification matrix. U.S. citizens only unless waived.
  • Cybersecurity: Contractors must maintain CMMC Level 2 (Self) status.
  • Cost Proposal: Bidders must use provided workbooks (Att C1, C2, C3) for cost-reimbursable and T&M pricing narratives, detailing labor, indirect rates, and ODCs.
  • Evaluation (Intended): Award will be based on the Highest Technically Ranked Offer (HTRO) with a fair and reasonable price. Evaluation involves a Prerequisite (Pass/Fail) for Key Personnel, a Technical Evaluation (comparative analysis of Sample Tasks), and a Cost/Price Evaluation for the HTRO only. Cost realism and reasonableness will be assessed, with a tripwire for fully burdened labor costs exceeding $420K annually per employee.

Response and Contact Information

This is a DRAFT RFO for industry feedback. Comments and questions on the DRAFT RFO and its attachments should be submitted via email by May 21, 2026.

People

Points of Contact

Kellan TarletonPRIMARY
Amy G. DavisSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Special Notice
Posted: May 12, 2026