Shipboard Sensor Support
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, Dahlgren Division (NSWCDD) has released a Presolicitation including a Draft Request for Proposals (RFP) for Shipboard Sensor Support services. This Cost-Plus-Fixed-Fee (CPFF) Task Order is open to SeaPort-NxG Multiple Award Contract contractors and seeks engineering and technical services for platform antenna and sensor systems. Comments or responses to this Presolicitation are due May 15, 2026.
Scope of Work
NSWCDD requires comprehensive engineering and technical services for the restoration, overhaul, maintenance, sustainment, removal, installation, repair, procurement, logistics, and testing of various platform antenna, antenna systems, and antenna subsystems. These services are critical to ensure the operational readiness of Communication and Ship Signal Exploitation Equipment (SSEE) systems deployed in the fleet. The detailed Statement of Work (SOW) is provided in Attachment 01.
Contract Details
- Contract Type: Cost-Plus-Fixed-Fee (CPFF) Task Order.
- Period of Performance: A 12-month base period, followed by four (4) 12-month option periods, totaling 60 months if all options are exercised.
- Set-Aside: This is a Competitive Full and Open requirement.
- Eligibility: Only Prime Contractors holding a SeaPort-NxG basic contract are eligible to bid.
- Place of Performance: Primarily at NSWCDD in Dahlgren, VA, with some contractor facility work and exceptions for shipboard tasking.
Key Requirements & Clarifications
- Security Clearance: A SECRET Facility Clearance (FCL) and SECRET safeguarding clearance are required for the Prime Contractor's primary facility. All personnel must possess a current SECRET clearance (interim clearances are acceptable).
- CMMC Compliance: CMMC Level 2 compliance is expected to be a requirement, based on an anticipated amended DFARS clause effective November 10, 2025.
- Labor Mix: All technical employees will be on-site at the Government facility, while illustrators, technical editors, and potential management/support personnel may be at the Contractor's site.
- Incumbent: The current work is performed by Amentum Services, Inc.
Submission & Evaluation
- Response Date: May 15, 2026, by 4:00 PM ET.
- Submission Method: Proposals (for the eventual RFP) are expected to be submitted through the PIEE Solicitation Module. For this Presolicitation, questions should be submitted via email.
- Questions: Questions regarding the requirement should be submitted via email to the Government Primary and Secondary Solicitation Managers. Direct conversations with government personnel after Industry Day are discouraged.
- Evaluation: Award will be based on best value source selection procedures.