Sonobuoy Lot Acceptance Testing (SLAT) Service Aircraft
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) is seeking industry feedback on a DRAFT Solicitation for Sonobuoy Lot Acceptance Testing (SLAT) Service Aircraft. This opportunity involves providing a Contractor-Owned/Contractor-Operated (COCO) aerial platform for sonobuoy deployment. Comments and questions on the DRAFT are due by March 2, 2026.
Opportunity Overview
NAWCAD intends to issue a competitive, Firm Fixed Price (FFP) solicitation for services to support NAVAIR’s Sonobuoy Lot Acceptance Testing (SLAT). The effort requires a COCO aerial platform equipped with pneumatic sonobuoy launch capability. This platform will conduct real-world ocean airdrop tests of sonobuoy production lots and support pre-production model testing. Operations will occur over open-ocean test ranges near San Clemente Island, CA, with the contractor's base of operations within 50 nautical miles of Naval Air Station North Island, San Diego, CA.
Key Requirements
The Performance Work Statement (PWS) outlines requirements for FAA-certificated aircraft and personnel capable of supporting SLAT missions. Aircraft must feature a pneumatic launch system for NATO 'A' size sonobuoys, performing overwater flights up to 100 NM offshore at altitudes from 500 to 8,000 feet MSL. Each mission will deploy 32 to 52 sonobuoys. The contractor must achieve comprehensive capability stand-up within 12 months of contract award, including aircraft, personnel qualifications, training, and documentation. Compliance with Public Aircraft Operations (PAO) and Civil Aircraft Operations (CAO) is mandatory. Cybersecurity Maturity Model Certification (CMMC) Level 2 will be required. The DRAFT RFP details requirements for capability stand-up, monthly fixed costs, flight services, and administrative/technical data (CDRLs).
Contract Details
- Type: Intended to be a four-year, 364-day competitive, Firm Fixed Price (FFP) contract. The DRAFT RFP indicates FFP for most Contract Line Item Numbers (CLINs), with one Monthly Fixed Cost CLIN.
- Set-Aside: Full and Open Competition. However, the DRAFT RFP requires a Small Business Participation Commitment Document (SBPCD) demonstrating a minimum 10% commitment, and large businesses must submit an SB Subcontracting Plan.
- Product Service Code: V121 (Air Charter For Things).
- Place of Performance: Vicinity of San Clemente Island, CA, and within 50 NM of NAS North Island, San Diego, CA.
Evaluation Factors (for future RFP)
Proposals for the eventual solicitation will be evaluated based on Technical (most important), Past Performance (more important than Price), Price, and Small Business (acceptable/unacceptable). Technical proposals will be reviewed for understanding, approach, aircraft performance, modification plans, airworthiness data, and an Integrated Master Schedule (IMS).
Feedback & Next Steps
This is a DRAFT Solicitation for industry input only and does not constitute a Request for Proposal (RFP) or a commitment by the Government. A pre-solicitation conference is forthcoming.
- Comments/Questions Due: 1000 EST on March 2, 2026.
- Submission: Email questions to Brad Dioguardo (bradley.dioguardo.civ@us.navy.mil) and David Silverstone (david.s.silverstone.civ@us.navy.mil). No phone calls will be accepted.
- Future Solicitation: Will occur through the PIEE system.