NAWCAD (WOLF) Ship and Air Integrated Warfare Division Small Unmanned Aircraft Systems (SUAS) Reusable Architecture (SRA)
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) is soliciting proposals for Small Unmanned Aircraft Systems (SUAS) Reusable Architecture (SRA) services. This is a competitive Total Small Business Set-Aside for qualified firms holding a SeaPort-NxG Multiple Award Contract (MAC). The services encompass systems engineering and evaluation, SRA cybersecurity, technical management support, and SRA life cycle support for new and existing SUAS.
Scope of Work
The contractor will provide comprehensive support for SUAS SRA, covering systems engineering and evaluation across procurement, production, Operations & Maintenance (O&M), and Research & Development (RDT&E) phases. Key areas include SRA cybersecurity engineering (assessments, RMF packages), technical project management, configuration management of SRA-related artifacts, test environment maintenance, industry collaboration, and modification of existing FoSUAS for SRA compliance. The contractor must provide support facilities within 50 miles of NAWCAD WOLF, St. Inigoes, MD.
Contract Details
- Contract Type: Cost Plus Fixed Fee (CPFF), Cost Reimbursement (non-fee bearing), and Not Separately Priced (NSP) line items.
- Period of Performance: Five (5) years and six (6) months, including one (1) base year, four (4) option years, and an optional six (6)-month extension.
- Place of Performance: Approximately 7% at Government sites (NAWCAD WOLF, St. Inigoes, MD) and 93% at the Contractor's site.
- Estimated Level of Effort: 71,989 man-hours of direct labor.
- Estimated Value: Total labor cost expected to exceed $8,945,801.
- Set-Aside: Total Small Business Set-Aside (NAICS Code: 541330, $47M size standard). Only qualified Small Businesses holding a SeaPort-NxG MAC are eligible.
Submission & Evaluation
- Submission Deadline: Offers are due by March 30, 2026, at 10:00 AM local time.
- Submission Method: Electronically through the Procurement Integrated Enterprise Environment (PIEE) portal at https://piee.eb.mil. Hard copies are not accepted.
- Evaluation: Award will be based on the Highest Technically Ranked Offer (HTRO) with a fair and reasonable price. There will be no tradeoffs between technical and cost/price factors. Technical evaluation will include Key Personnel and Sample Task responses. Cost/Price evaluation will focus on realism and reasonableness for the HTRO's offer, with strict requirements for labor rates, indirect rates, and compliance with Service Contract Labor Standards. Offers with fully burdened labor costs exceeding $420K annually per employee may require justification.
- Required Attachments: Proposals must include responses for Key Personnel (Attachment P1) and Sample Tasks (Attachment T1), and cost proposals must use the provided Cost Reimbursable Workbook (Att C1) and Narrative (Att C2).
Key Requirements & Notes
- Security clearance is required for personnel, and Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) or higher is mandatory for information systems.
- The Contract Data Requirements List (CDRL) specifies 22 data items, including various reports and plans.
- Organizational Conflict of Interest (OCI) will be evaluated.
- Offers must be UNCLASSIFIED and valid for at least 180 calendar days.
- Contact: Olivia Bossert (olivia.e.bossert.civ@us.navy.mil).