technical and instructional services for the US Naval Academy ARES Squadron
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 / NAVSUP FLT LOG CTR NORFOLK is soliciting proposals for technical and instructional services for the US Naval Academy ARES Squadron in Annapolis, MD. This full and open competition aims to procure specialized support for midshipman development in emerging technologies, drone operations, and small unit tactics. Proposals are due March 10, 2026.
Scope of Work
The contractor will provide specialized instruction, mentorship, and technical services to the Adaptive Rapid Engagement Squadron (ARES) at the U.S. Naval Academy. Key deliverables include:
- Weekly ARES instruction, mentorship, and supervision (30 hours/week for 15 weeks).
- Counter-Unmanned Aerial Systems (cUAS) training and threat simulation.
- Capstone project advising for autonomous systems, tactical cyber, ISR, or counter-drone operations.
- Integration of emerging technologies and current conflict lessons (e.g., Ukraine, Israel) into training scenarios.
- Organization and leadership of USNA participation in interservice and NATO-aligned tactical competitions.
- Validation of research through simulation, field trials, and wargaming.
- Authorized travel and minor material expenses (reimbursable).
- Optional support for week-long special events (40 hours each) and summer ARES training (10 hours/week for 7 weeks).
- A primarily in-person presence in Annapolis is expected for mentorship and interaction.
Contract & Timeline
- Type: Firm-Fixed-Price purchase order.
- NAICS: 611710, Small Business Size Standard: $24M.
- Set-Aside: Full and Open Competition.
- Period of Performance:
- Base Period: March 15, 2026 – June 30, 2026 (30 hours/week).
- Option 1 & 2: July 1, 2026 – August 15, 2026 (40 hours for special events).
- Option 3: July 1, 2026 – August 15, 2026 (10 hours/week for summer training).
- Proposal Due: March 10, 2026, 10:00 AM EST.
- Published: March 6, 2026.
Evaluation
Award will be made to the responsible quoter whose proposal is most advantageous to the Government, considering price and other factors. Technical capability will be evaluated on an Acceptable/Unacceptable basis, requiring specific details such as a sample weekly training schedule and a sample field scenario package. General statements are insufficient. Price will be ranked initially, but may become more significant depending on quote equality. The government seeks ready-to-go contractors with "unmatched operational expertise" encompassing technical, operational, legal, and strategic aspects of drone initiatives, evidenced by recent AARs, white papers, or training modules.
Additional Notes
Vendors must be registered in the System for Award Management (SAM) database. Quotes must include price(s), point of contact, name and phone number, GSA contract number (if applicable), business size, and NET 30 payment terms. Cybersecurity Maturity Model Certification (CMMC) requirements apply.