Sea Range Safety Surveillance Services

SOL #: N6893626R0010Sources Sought

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL AIR WARFARE CENTER
CHINA LAKE, CA, 93555-6018, United States

Place of Performance

Place of performance not available

NAICS

Engineering Services (541330)

PSC

National Defense R&D Services; Defense Related Activities; Experimental Development (AC33)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 12, 2026
2
Response Deadline
Mar 4, 2026, 10:00 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 Weapons Division (NAWCWD) is conducting a Sources Sought to identify qualified firms capable of providing Sea Range Safety Surveillance Services for Test and Evaluation (T&E) and systems engineering activities. This effort primarily supports Aegis-Based Defense and THAAD programs at the Pacific Missile Range Facility (PMRF). Currently, these services are provided via a sole-source contract to Raytheon, Inc. The purpose of this market research is to determine if a competitive procurement is feasible and to gather market knowledge. Responses are due by March 4, 2026.

Scope of Work

This requirement involves engineering services for T&E and systems engineering, focusing on collecting high-fidelity system under test and auxiliary sensor data. Key activities include pre-mission planning, real-time mission conduct and execution support, post-mission data analysis, and reporting of test results for high-profile flight test events. Support extends to various flight test events, including those for Program Executive Office Integrated Warfare Systems (PEO IWS), Hypersonic programs, and Allied Foreign Military Sales (FMS) partners. The services are critical for evaluating weapon systems and providing forensics for anomalies during flight tests.

Required Capabilities

Respondents must demonstrate capabilities in:

  • Ingesting, reducing, processing, and analyzing auxiliary sensor data (optics, radar, telemetry) in various formats (binary, ASCII, movie).
  • Generating early tracks of launch vehicles to provide state vector solutions for range safety, meeting strict latency and data rate requirements.
  • Supporting Navy optical data collection aircraft with Subject Matter Experts (SMEs) for mission planning, sensor calibrations, real-time tracking inputs, and post-mission analysis.
  • Familiarity with test ranges, range instrumentation, range safety criteria, and data collection capabilities, including assessment and input for improvements.

Contract & Timeline

  • Type: Sources Sought / Market Research (N6893626R0010)
  • Anticipated Contract Type: Cost-Plus Fixed-Fee (CPFF) with a five-year Period of Performance (if awarded competitively).
  • Set-Aside: Undetermined. The government will evaluate small business responses for potential subcontracting goals if the requirement becomes unrestricted and competitive.
  • Response Due: March 4, 2026, 22:00 UTC
  • Published: February 12, 2026

Place of Performance

The primary location is PMRF, Barking Sands, Kauai, HI. Additional support may be required at Joint Base Pearl Harbor Hickam (HI), NAWCWD Point Mugu (CA), Vandenberg Space Force Base (CA), Reagan Test Site (Kwajalein Atoll), Joint Base Elmendorf-Richardson (AK), Cape Canaveral Space Force Station (FL), NAWCAD Patuxent River (MD), and MDIOC (CO).

Response Instructions

Interested firms should submit a capability statement (maximum 5 pages, double-spaced, 12-point font) referencing solicitation number N6893626R0010. The statement must clearly indicate the firm's experience, assets, background, and ability to perform the required work, specifically addressing the capabilities outlined above. Include company name, address, point of contact, U.S./foreign status, company size (NAICS 541330, $38.5M size standard), specific small business designations if applicable, and any anticipated teaming arrangements.

Additional Notes

This is for informational purposes only and is not a Request for Proposal. It does not obligate the government to award a contract, nor will funds be provided for response preparation. Questions and comments are highly encouraged. A site visit will be offered after a solicitation is issued.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Sources Sought
Posted: Feb 12, 2026
Sea Range Safety Surveillance Services | GovScope