Sources Sought - Aviation Rapid Action Team (ARAT)
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 Department of the Navy / FLEET READINESS CENTER has issued a Sources Sought notice for the Aviation Rapid Action Team (ARAT). This is a market research effort to identify potential business firms capable of providing services to support the Commander Fleet Readiness Center (COMFRC) mission. It is not a Request for Proposal (RFP), but aims to inform the government's acquisition strategy, determine potential small business set-aside opportunities, and refine a future RFP. Responses are due by March 25, 2026, at 2:00 PM EST.
Scope of Work
This opportunity seeks support for a follow-on contract, requiring personnel with an anticipated Secret security clearance and demonstrated Artificial Intelligence (AI) proficiency in design, development, tuning, and deployment. Cybersecurity compliance with CMMC Level 2 (NIST SP 800-171) is also required. The scope includes comprehensive engineering and technical support, component repair, logistics support analysis, capability analysis, design and development, component testing, reverse engineering, failure diagnosis, obsolescence mitigation, technical documentation, workforce training, support equipment management, facilities planning, and data analysis for Naval Aviation maintenance and supply systems. Specific experience with automated test systems (e.g., CASS ATE), component repair, and custom test solutions is requested.
Contract Details
- Anticipated Contract Type: Cost Plus Fixed Fee (CPFF) with Other Direct Costs (ODCs)
- Estimated Labor Hours: 89,760 man-hours
- Place of Performance: Primarily Patuxent River, MD (18% on-site, 82% off-site) and Virginia Beach, VA (100% on-site).
Submission & Eligibility
- Response Due: March 25, 2026, 2:00 PM EST
- Submission Format: Capability statement packages (15 pages maximum, Times New Roman 10pt font) in Microsoft Word or Adobe PDF, submitted electronically via email.
- Requested Information: Capability statements should detail technical skills, past performance (similar size/scope within 5 years, including contract details and POCs), management approach, team structure, staffing plans, business status (including UEI), and experience with Naval Aviation Enterprise (NAE) engineering and repair.
- NAICS Code: 541330 (Engineering Services)
- Size Standards: $25.5 Million or $47.0 Million for military and aerospace.
- Eligibility: Businesses of all sizes are encouraged to respond. Small businesses interested in priming should identify "similarly situated entities" if applicable.
Additional Notes
Access to the Draft Statement of Work (SOW) requires submitting an approved DD2345 JCP certification to the specified points of contact. No classified information should be submitted in responses, and phone calls will not be accepted. Interested parties can provide feedback on the draft SOW and Level of Effort in a separate file.