NAWCAD WOLF ASI Secure Executive Network Software Support (SENSS)

SOL #: N0042126R3005Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL AIR WARFARE CENTER AIR DIV
PATUXENT RIVER, MD, 20670-1545, United States

Place of Performance

Saint Inigoes, MD

NAICS

Engineering Services (541330)

PSC

Modification Of Equipment: Aircraft Components And Accessories (K016)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 17, 2026
2
Submission Deadline
May 18, 2026, 5:00 PM

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, Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF), is soliciting proposals for Airborne Systems Integration (ASI) Secure Executive Network Software Support (SENSS). This unrestricted competition seeks a contractor to provide engineering and integration services for advanced airborne capabilities, focusing on cyber, Maritime Domain Awareness (MDA), situational awareness, and data management. The award will be a Task Order (TO) under the SeaPort-NxG Multiple Award Contract (MAC). Proposals are due May 18, 2026, at 1:00 PM local time.

Scope of Work

The contractor will support the development, design, prototyping, low-rate production, demonstration, testing, integration, technical installation, transition through Initial Operational Capability (IOC), and maintenance of various airborne capabilities. This includes software development, network design, cybersecurity, engineering services, test and evaluation, and user/maintainer training for a complex Government-owned NAVAIR aviation mission system. The effort involves sustainment, modernization, software and networking support, cyber updates, technology insertion, and design/planning for major baseline updates, ensuring continuous upgrades and cyber accreditation for a critical Department of War communication system.

Contract Details

  • Contract Type: Cost-Plus-Fixed-Fee (CPFF) for labor CLINs, Cost Reimbursement (non-fee bearing) for Other Direct Costs (ODCs), and Not Separately Priced (NSP) for Data and Contract Acquired Property (CAP).
  • Period of Performance: A base year from November 17, 2026, to November 16, 2027, with option years extending through November 16, 2031.
  • Estimated Level of Effort: 723,880 total man-hours of direct labor across all years, with an estimated minimum labor cost of $90,853,446 (excluding ODCs).
  • Place of Performance: Approximately 51% at Government sites (NAWCAD WOLF, St. Inigoes, MD, and NAS Patuxent River, MD) and 49% at the contractor's site (within 50 drivable miles of NAWCAD WOLF, St. Inigoes, MD).
  • Set-Aside: Unrestricted competition. Only contractors holding a current SeaPort-NxG MAC are eligible.
  • NAICS Code: 541330 - Engineering Services, with a Small Business size standard of $47M.

Key Requirements & Deliverables

  • Personnel: All personnel must be U.S. citizens (unless waived) and possess a minimum interim Secret clearance, with specific Top Secret/Sensitive Compartmented Information (SCI) clearances required for various labor categories. Bidders must use the provided templates (Att 20 Key Personnel) and ensure proposed staff meet the foundational qualifications outlined in the Att 04 CSWF Foundational Qualifications Matrix.
  • Security: The contract requires a Top Secret facility clearance and Secret safeguarding. Compliance with CMMC Level 2 (Self) for systems processing FCI or CUI is mandatory, as detailed in Att 02 DD254.
  • Reporting: Extensive reporting is required, including monthly progress and financial status reports (CDRL A001) and various other data items (A001-A034) as specified in Exh A CDRLs. A Transition-Out Plan is also required.
  • Compliance: The Service Contract Act (SCA) applies, and bidders must adhere to the wage determinations in Att 10. Organizational Conflict of Interest (OCI) will be evaluated, and a Small Business Participation Commitment Document (Att 13 SBPCD) is required.

Submission & Evaluation

  • Submission: Offers must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) system by the deadline. Offers must remain valid for at least 180 calendar days.
  • Evaluation: The Government will select the Highest Technically Ranked Offer (HTRO) at a fair and reasonable price, without trade-offs between technical and cost factors. The evaluation is a three-step process:
    1. Key Personnel (Pass/Fail): Based on qualifications in Volume 1, Attachment P1.
    2. Technical: Comparative analysis of oral presentation responses to a Sample Task scenario (Volume 2).
    3. Cost/Price: Evaluation of Volume 3 for cost realism and reasonableness, primarily for the HTRO.
  • Cost Proposal: Bidders must use the Att 14 Cost Workbook and provide detailed narratives as per Att 15 Cost Reimbursable Narrative and Att 16 Fixed T and M Price Narrative.

Contacts

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Apr 17, 2026
NAWCAD WOLF ASI Secure Executive Network Software Support (SENSS) | GovScope