PD-33-0004; Engineering, Logistics, Project Management Services
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 Surface Warfare Center, Philadelphia Division (NSWCPD) is conducting market research via a Sources Sought notice to identify qualified firms for Engineering, Logistics, and Project Management Services. These services will support Damage Control, Fire Protection & Detection, Recoverability, and Lithium-ion Battery Facility Systems/Equipment. Responses are due by May 21, 2026, at 4:00 PM ET.
Purpose & Scope
NSWCPD seeks information from interested Large and Small Businesses (including HUBZone, 8(a), SDB, SDVOSB) capable of providing comprehensive support. The scope includes:
- Engineering Services: Technical support for active and passive Fire Protection Systems (FPS), including developing/reviewing studies, writing specifications, designing FPS, developing/updating technical drawings, and supporting laboratory/shipboard testing. Specific expertise is required for high-energy fires (e.g., lithium-ion battery thermal runaway), active boundary cooling, weapon effects, fire modeling, and risk assessments.
- Fleet Support Services: System and equipment sustainability, maintainability, obsolescence research, and Integrated Logistics Support (ILS) element product development. This also covers shipboard troubleshooting, casualty reporting, and modernization support.
- Program/Project Management: Regular reporting, financial tracking, Plan of Action and Milestones (POAM) development, and technical presentation preparation.
Anticipated Contract Details
- NAICS Code: 541330 (Engineering Services)
- Contract Type: Anticipated Cost-Plus Fixed Fee - Level of Effort Task Order.
- Period of Performance: Anticipated five years, comprising a 12-month base period and four 12-month option periods.
- RFP Issuance: Expected in October 2026 via the PIEE Solicitation Module.
- Incumbent: Delphinus Engineering, Inc.
Place of Performance
Primary performance will be at government facilities in Philadelphia, PA, with approximately 23% of work on-site at NSWCPD and 77% off-site at the contractor's facility. Travel CONUS and OCONUS to various Navy installations is required.
Submission Requirements
Interested parties must submit a Capability Statement (maximum 5 pages) via email to jenny.e.tomeo.civ@us.navy.mil by May 21, 2026, at 4:00 PM ET. The subject line must be "N64498-26-RFPREQ-PD-33-0004". Responses must be unclassified and electronic. The statement should address:
- Ability to manage the tasking as a prime contractor.
- Technical ability to perform at least 50% of the cost of the Task Order with own employees.
- Capacity to conduct the requirements of the SOW (considering magnitude, equipment, facilities, and staff size).
Special Requirements
- Security: Requires access to classified information up to the SECRET level. Contractor personnel need appropriate security clearances (Interim Secret or higher) and training. A Facility Clearance (FCL) may be required within 60 days of award. All proposed personnel must be U.S. citizens.
- Quality Management: Contractor must maintain a Quality Management System (QMS) in accordance with ASQ/ANSI/ISO 9001:2015 standards.
- Commonality: Contractors must utilize the NAVSEA Enterprise Commonality Virtual Shelf (VS) for equipment/component selection.
Disclaimer
This notice is for market research purposes only and does NOT constitute a Request for Proposal (RFP). It is not a solicitation, contract, or commitment by the Government.