NAWCAD WOLF SAIW Technical Project Management Support (TPMS)
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 Aircraft Division (NAWCAD) Webster Outlying Field (WOLF) Ship & Air Integrated Warfare (SAIW) Division is conducting a Sources Sought for Technical Project Management Support (TPMS). This market research aims to identify qualified firms capable of providing comprehensive technical, systems engineering, project management, organizational, administrative, acquisition, and budget execution support for the SAIW Division's project lifecycle. The government seeks to ensure adequate competition and determine potential small business set-aside opportunities, as the previous contract received only one response. Responses are due March 24, 2026.
Scope of Work
The requirement involves supporting multiple major defense acquisition programs and other defense weapon systems with an agile management approach. Key support areas, as detailed in the Draft SOW (Attachment 1), include:
- Technical and Systems Engineering: Across various program phases (WCF, PROC, RDT&E, O&M, Non-DoD, FMS).
- Technical and Project Management: Throughout the project lifecycle.
- Organizational Management: For SAIW programs and projects.
- Administrative and Business Operations: Including directory maintenance, security, clerical duties, reception, and travel support.
- IT Support: For SAIW personnel.
- Acquisition Support: For various program phases and post-award services.
- Budget Execution Support: In accordance with DoD financial regulations.
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research)
- NAICS: 541330 Engineering Services ($47 Million Small Business Size Standard)
- PSC: R799, Support – Management: Other
- Anticipated Contract Type: SeaPort-NxG Multiple Award Contract (MAC) Task Order, Cost-Plus-Fixed-Fee (CPFF) for labor, cost-reimbursable for Other Direct Costs (ODCs). Subject to Service Contract Act.
- Anticipated Period of Performance: 5 years (base + 4 option years), Q4 FY2027 – Q4 FY2032, plus a 6-month optional extension.
- Place of Performance: 86% Government site (NAWCAD WOLF, St. Inigoes, MD), 14% Contractor site (within 50 drivable miles of NAWCAD WOLF).
- Response Due: March 24, 2026, 2:30 PM EST
- Published: March 9, 2026
Key Requirements for Respondents
- Facility Clearance: Prime contractor team must have a TOP SECRET facility clearance and a Secret safeguarding clearance.
- Accounting System: Government-approved accounting system required upon award for cost-type effort.
- Personnel: U.S. citizens, eligible for Non-Critical Sensitive work, favorably adjudicated Tier-3 investigation. Specific minimum education, experience, and security clearance levels are defined for various labor categories (Attachment 2).
- Capabilities Statement: Max 15 pages, addressing company profile, business size status (including small business categories), ability to perform 50% of tasking (if small), resources, management approach, ability to obtain clearances, ability to meet facility requirements, ability to start performance, subcontractor management, prior experience (last 3 years), and specific technical skills related to the Draft SOW.
Additional Notes
This is for informational purposes only and does not constitute a solicitation or commitment by the Government. Responses will inform the acquisition method and potential small business set-aside decisions.