NAWCAD (WOLF) Ship and Air Integrated Warfare Division Small Unmanned Aircraft Systems (SUAS) Reusable Architecture (SRA)

SOL #: N0042126R1006Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL AIR SYSTEMS COMMAND
PATUXENT RIVER, MD, 20670-5000, United States

Place of Performance

Saint Inigoes, MD

NAICS

Engineering Services (541330)

PSC

Equipment And Materials Testing: Aircraft Components And Accessories (H216)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 27, 2026
2
Last Updated
Mar 11, 2026
3
Submission Deadline
Apr 1, 2026, 2:00 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) is seeking proposals for Small Unmanned Aircraft Systems (SUAS) Reusable Architecture (SRA) services. This Total Small Business Set-Aside opportunity, issued as a Request for Offer (RFO) under the SeaPort-NxG Multiple Award Contract (MAC), requires systems engineering, evaluation, cybersecurity, technical management, and life cycle support for new and existing SUAS. Proposals are due by April 1, 2026, at 2:00 PM ET.

Scope of Work

The contractor will provide comprehensive support including:

  • Systems engineering and evaluation for SUAS across procurement, production, O&M, and R&D phases.
  • SRA cybersecurity engineering, including RMF package assessments and maintenance.
  • Technical project management, configuration management, and test environment maintenance.
  • Industry collaboration and modification of existing FoSUAS for SRA compliance.
  • Coordination with Training and Logistics Support Activity (TALSA).
  • Development of processes for data extraction and backhaul.

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 (1 base year, 4 option years, optional 6-month extension).
  • Place of Performance: Approximately 7% at Government site (NAWCAD WOLF, St. Inigoes, MD) and 93% at Contractor's site (within 50 miles of NAWCAD WOLF).
  • Estimated Level of Effort: 71,989 man-hours of direct labor, with an estimated total labor cost exceeding $8,945,801.
  • Required Deliverables: Extensive Contract Data Requirements List (CDRLs) A001-A022, including various reports, plans, and documentation.

Submission & Evaluation

  • Submission Method: Electronically through the Procurement Integrated Enterprise Environment (PIEE) portal (https://piee.eb.mil).
  • Evaluation Basis: Award will be made to the Highest Technically Ranked Offer (HTRO) with a fair and reasonable price. No tradeoffs between technical and cost/price factors are permitted.
  • Technical Factors: Evaluation of Key Personnel (Attachment P1) and Sample Task (Attachment T2).
  • Cost/Price Factors: Realism and reasonableness analysis, including adherence to minimum direct labor rates and justification for indirect rates. A NAVAIR labor tripwire of $420K annually per employee will be considered for reasonableness.
  • Eligibility: Open only to qualified Small Businesses holding a SeaPort-NxG Multiple Award Contract (MAC).

Key Requirements & Notes

  • Security: Personnel must be eligible for Non-Critical Sensitive work with a favorably adjudicated Tier-3 investigation. Classified work requires appropriate security clearance (DD Form 254).
  • Cybersecurity: Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) or higher is required.
  • Attachments: Bidders must utilize provided attachments for cost proposals (C1, C2), key personnel (P1), and sample tasks (T2).
  • Amendment 0001: This amendment extended the proposal due date and revised several attachments (Exhibit A, C1, C2, T1, T2, L1, M1) based on contractor questions. All changes to Attachments L1 and M1 are indicated in red font.

Contact Information

People

Points of Contact

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
Download
Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Solicitation
Posted: Mar 11, 2026
Version 1
Solicitation
Posted: Feb 27, 2026
View