NAWCAD WOLF SAIW Technical Project Management Support (TPMS)

SOL #: N0042126R1018Sources Sought

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL AIR WARFARE CENTER AIR DIV
PATUXENT RIVER, MD, 20670-1545, United States

Place of Performance

MD

NAICS

Engineering Services (541330)

PSC

Other Management Support Services (R799)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 9, 2026
2
Last Updated
Mar 11, 2026
3
Response Deadline
Mar 24, 2026, 6:30 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 Sources Sought for Technical Project Management Support (TPMS) for its Ship & Air Integrated Warfare (SAIW) Division. This is a market research effort to identify capable firms, determine the acquisition method, and assess potential Small Business Set-Aside opportunities for NAICS 541330. Responses are due by March 24, 2026, at 2:30 PM EST.

Scope of Work

The requirement is for comprehensive support services across the entire SAIW Division project lifecycle. This includes technical and systems engineering, technical and project management, organizational management, administrative, acquisition, and budget execution support. The services will support projects related to multiple major defense acquisition programs and other defense weapon systems, specifically for integrated Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance, and Reconnaissance (C5ISR) life cycle engineering systems. Further details are provided in the Draft Statement of Work (SOW) (Attachment 1 Rev 01).

Contract & Timeline

  • Type: Sources Sought (Anticipated SeaPort-NxG Multiple Award Contract (MAC) Task Order, Cost-Plus-Fixed-Fee (CPFF) for labor, cost-reimbursable for ODCs).
  • NAICS: 541330 Engineering Services (Small Business Size Standard: $47 Million).
  • PSC: R799, Support – Management: Other.
  • Anticipated Period of Performance: 5 years (base + 4 option years), Q4 FY2027 – Q4 FY2032, with a 6-month optional extension.
  • Place of Performance: Approximately 86% at Government site (NAWCAD WOLF, St. Inigoes, MD) and 14% at contractor site (within 50 drivable miles of NAWCAD WOLF).
  • Response Due: March 24, 2026, 2:30 PM EST.
  • Published: March 11, 2026.

Key Requirements & Eligibility

Potential offerors must have a Government approved accounting system upon award. A TOP SECRET facility clearance is required for all potential offerors, and the prime contractor team must possess a "Top Secret" Facility Clearance and a "Secret" Safeguarding Clearance. Personnel must be U.S. citizens (unless waived) and eligible for Non-Critical Sensitive work with a favorably adjudicated Tier-3 investigation. The SOW details specific minimum education, experience, and security clearance levels for various labor categories. Contractors must also ensure IT compatibility with Government systems (e.g., Windows 11+, Microsoft Project 2016+, Office Pro Plus 2016+, Adobe Reader/Pro).

Submission Instructions

Interested businesses should submit a capabilities statement package (maximum 15 pages, single-spaced, 12-point font) via email to Hannah.r.farrell.civ@us.navy.mil and amy.g.davis.civ@us.navy.mil. The submission must address:

  • Company profile and small/large business status (including specific small business designations).
  • Ability to perform at least 50% of the SOW tasking (if small business).
  • Resources, management approach, and ability to obtain required security clearances.
  • Ability to begin performance and manage subcontractors.
  • Prior corporate experience of similar size and scope within the last three years.
  • Specific technical skills related to SOW paragraphs 3.3.1-3.3.6. All responses must include Company Name, Address, Business Size, and Point-of-Contact information.

Additional Notes

This is for informational purposes only and does not constitute a Request for Proposal or a commitment by the Government. The market research aims to ensure adequate competition, as the previous contract received only one response. The results will also determine if any Small Business Set-Aside opportunities exist, with only small businesses under NAICS 541330 considered for such decisions. The current services are performed by Spalding Consulting, Inc. and are estimated to expire in Q4 FY2027.

People

Points of Contact

Amy G. DavisSECONDARY

Files

Files

Download
Download
Download

Versions

Version 2Viewing
Sources Sought
Posted: Mar 11, 2026
Version 1
Sources Sought
Posted: Mar 9, 2026
View