Sources Sought: Mine Warfare (MIW) and Surface Mine Countermeasures (SMCM) Design Agent (DA), Technical Direction Agent (TDA), In-Service Engineering Agent (ISEA), and Foreign Military Sales (FMS) 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, Panama City Division (NSWC PCD) has issued a Sources Sought notice to identify qualified sources for Mine Warfare (MIW) and Surface Mine Countermeasures (SMCM) Design Agent (DA), Technical Direction Agent (TDA), In-Service Engineering Agent (ISEA), and Foreign Military Sales (FMS) Support. This is for information and planning purposes only; it is not a Request for Proposal (RFP). Responses are due by May 8, 2026, at 3:00 PM CST.
Scope of Work
The requirement involves providing comprehensive programmatic, technical, and engineering services. Tasking includes the full spectrum of program management, engineering, research, development, test and evaluation (RDT&E), hardware/software development and installation, alteration and installation, operations and maintenance, and administrative support for Mine Countermeasure DA/TDA and SMCM/MCM combat systems. Specific support areas outlined in the draft PWS include:
- Design Agent (DA)/Technical Direction Agent (TDA) Support (RDT&E)
- Design Agent (DA)/ISEA Support (OPN/WPN)
- In-Service Engineering Agent (ISEA)/Software Support Activity (SSA) Support (O&MN/WPN)
- Foreign Military Sales (FMS/WPN) Support
- Program Management, Meeting, and Financial Support
Contractors will be required to receive, generate, and store National Security Information classified up to the SECRET level. CONUS and OCONUS travel is anticipated.
Contract & Timeline
- Opportunity Type: Sources Sought (for market research)
- Anticipated Contract Type: Cost-Plus Fixed Fee (CPFF) Task Order
- Anticipated Duration: 12-month base period with four 12-month option periods
- Set-Aside: None specified (market research stage)
- NAICS Code: 541330, Engineering Services
- Incumbent: Innovative Professional Solutions (IPS) under SeaPort Task Order N0017819D7838-N6133121F3005
- Place of Performance: Naval Surface Warfare Center Panama City Division (NSWC PCD), Panama City Beach, FL 32407
- Response Due: May 8, 2026, 3:00 PM CST
- Published Date: April 23, 2026
Submission Requirements
Interested businesses should submit a brief capabilities statement, limited to a maximum of 10 pages (single-spaced, 12-point font minimum), demonstrating their capacity to perform the services outlined in the draft PWS. The statement should include:
- Capability of performance related to the draft PWS.
- Firm name and address.
- Business size (Large, Small, 8(a), Women-Owned, HUB-Zone, Veteran-Owned, Service-Disabled-Veteran-Owned), average annual revenue for the past three years, and number of employees.
- Ownership details, SAM information, DUNS & CAGE Number.
- Number of years in business.
- Two points of contact (name, title, phone, email).
Email submissions to Cara Murray (cara.m.murray.civ@us.navy.mil) and Anna Belle C. Tiller (Annabelle.c.tiller.civ@us.navy.mil) with "N61331-26-SN-Q28" in the subject line.
Additional Notes
This notice does not constitute a commitment by the Government to issue an RFP or contract. The Government will not pay for any effort expended in response to this announcement, nor will it provide feedback or evaluations on submissions.