NAWCAD (WOLF) Ship and Air Integrated Warfare Division Small Unmanned Aircraft Systems (SUAS) Reusable Architecture (SRA)

SOL #: N0042126R1006Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL AIR SYSTEMS COMMAND
PATUXENT RIVER, MD, 20670-5000, United States

Place of Performance

Saint Inigoes, MD

NAICS

Engineering Services (541330)

PSC

Equipment And Materials Testing: Aircraft Components And Accessories (H216)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 27, 2026
2
Last Updated
Mar 23, 2026
3
Submission Deadline
Apr 1, 2026, 2:00 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 Naval Air Systems Command (NAVAIR), on behalf of NAWCAD WOLF, is soliciting proposals for Small Unmanned Aircraft Systems (SUAS) Reusable Architecture (SRA) services. This Total Small Business Set-Aside opportunity seeks systems engineering, evaluation, cybersecurity, technical management, and life cycle support for SUAS. Proposals are due April 01, 2026, at 2:00 PM ET.

Scope of Work

The contractor will provide comprehensive support for new and existing SUAS, including:

  • Systems engineering and evaluation across procurement, production, Operations & Maintenance (O&M), and Research & Development (R&D) phases.
  • SRA cybersecurity engineering, assessments, authorizations, and Risk Management Framework (RMF) package maintenance.
  • Technical project management, configuration management of SRA artifacts, and test environment maintenance.
  • Industry collaboration, modification of existing FoSUAS for SRA compliance, and Training and Logistics Support Activity (TALSA) coordination.
  • Development and improvement of processes for data extraction and backhaul.

Contract Details

  • Contract Type: Cost Plus Fixed Fee (CPFF), Cost Reimbursement (non-fee bearing), and Not Separately Priced (NSP) line items.
  • Vehicle: Task Order under a SeaPort-NxG Multiple Award Contract (MAC).
  • Period of Performance: Five (5) years and six (6) months, comprising one base year, four option years, and an optional six-month extension.
  • Place of Performance: Primarily at the Contractor's site (93%, within 50 miles of NAWCAD WOLF, St. Inigoes, MD), with 7% at the Government site (Webster Outlying Field, St. Inigoes, MD).
  • Estimated Effort: 71,989 man-hours of direct labor, with a minimum labor cost expected to exceed $8,945,801.
  • Set-Aside: Total Small Business.
  • NAICS: 541330 - Engineering Services ($47M size standard).
  • Security: Personnel require Non-Critical Sensitive eligibility, a favorably adjudicated Tier-3 investigation, and security clearance for classified work. Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) or higher is required for information systems.

Submission & Evaluation

  • Proposal Due Date: April 01, 2026, at 2:00 PM ET.
  • Submission Method: Electronically via the Procurement Integrated Enterprise Environment (PIEE) portal (https://piee.eb.mil) for RFO# N0042126R1006.
  • Evaluation: Award will be based on the Highest Technically Ranked Offer (HTRO) with a fair and reasonable price; no tradeoffs between technical and cost factors.
    • Technical Evaluation: Comparative analysis of Key Personnel (Attachment P1/T1, 5-page limit each) and Sample Task (Attachment T2, 10-page limit).
    • Cost/Price Evaluation: Performed only for the HTRO, focusing on realism and reasonableness. A NAVAIR labor tripwire of $420K annually per employee applies. Offerors are not required to price the FAR 52.217-8 extension period.
  • Required Attachments: Cost proposals must use Attachment C1 (Cost Reimbursable Workbook) and Attachment C2 (Cost Reimbursable Narrative). Attachment 20 (Cyber Security Workforce Qualification Matrix) details personnel requirements.

Amendments

  • Amendment 0002: Incorporated Attachment 20 (Cyber Security Workforce Qualification Matrix) and answered additional questions (Q24-Q25).
  • Amendment 0001: Answered contractor questions (Q1), revised Attachments L1, M1, Exhibit A, C1, C2, T1, T2, and updated the Point of Contact. The proposal due date was extended to April 01, 2026.

People

Points of Contact

Amy G. DavisSECONDARY

Files

Files

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

Versions

Version 6
Solicitation
Posted: Mar 23, 2026
View
Version 5
Solicitation
Posted: Mar 23, 2026
View
Version 4Viewing
Solicitation
Posted: Mar 19, 2026
Version 3
Solicitation
Posted: Mar 19, 2026
View
Version 2
Solicitation
Posted: Mar 11, 2026
View
Version 1
Solicitation
Posted: Feb 27, 2026
View