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 the Naval Air Warfare Center – Aircraft Division (NAWCAD) Webster Outlying Field (WOLF), is soliciting proposals for Small Unmanned Aircraft Systems (SUAS) Reusable Architecture (SRA) services. This Total Small Business Set-Aside opportunity seeks expertise in systems engineering, evaluation, cybersecurity, technical management, and life cycle support for new and existing SUAS. Proposals are due April 1, 2026.

Scope of Work

The contractor will provide comprehensive support for SUAS SRA, including:

  • Systems Engineering & Evaluation: Across procurement, production, Operations & Maintenance (O&M), and Research, Development, Test & Evaluation (RDT&E) phases.
  • Cybersecurity Engineering: Assessments, authorizations, and maintenance of Risk Management Framework (RMF) packages.
  • Technical Management Support: Project management, meeting support, and SRA life cycle support.
  • Configuration Management: For SRA-related engineering artifacts.
  • Test Environment Maintenance & Industry Collaboration.
  • Modification of existing FoSUAS to achieve SRA compliance.
  • Training and Logistics Support Activity (TALSA) coordination.

Contract Details

  • Contract Type: Cost Plus Fixed Fee (CPFF), Cost Reimbursement (non-fee bearing), and Not Separately Priced (NSP) line items.
  • 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 contractor site (93%), with 7% at the Government site in St. Inigoes, MD. Contractor facilities must be within 50 miles of NAWCAD WOLF.
  • Estimated Level of Effort: 71,989 man-hours of direct labor, with an estimated total labor cost exceeding $8,945,801.
  • NAICS Code: 541330 (Engineering Services), $47M size standard.
  • Product Service Code: H216 (Equipment And Materials Testing: Aircraft Components And Accessories).
  • Security Requirements: Personnel must be U.S. citizens, eligible for Non-Critical Sensitive work, and possess a favorably adjudicated Tier-3 investigation. Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) or higher is required.

Submission & Evaluation

  • Proposal Due Date: April 1, 2026, 10:00 AM local time.
  • Submission Method: Electronically via the Procurement Integrated Enterprise Environment (PIEE) portal (https://piee.eb.mil) under RFO# N0042126R1006.
  • Evaluation: Award will be based on the Highest Technically Ranked Offer (HTRO) with a fair and reasonable price. There will be no tradeoffs between technical and cost factors. Technical evaluation will focus on Key Personnel and Sample Task responses. Cost/price evaluation will be performed only for the HTRO, including a cost realism analysis and adherence to a NAVAIR labor tripwire of $420K annually per employee.
  • Required Attachments: Bidders must use the latest versions of Attachment C1 (Cost Reimbursable Workbook), C2 (Cost Reimbursable Narrative), L2 (Government Labor Hours), T1 (Key Personnel), T2 (Sample Task), and Exhibit A (CDRLs). The CSWF Qualification Matrix (Attachment 20) details personnel requirements.

Amendments

This solicitation has undergone three amendments, primarily to answer contractor questions, update various attachments (C1, L1, L2, M1, Exhibit A, C2, T1, T2), incorporate a Cyber Security Workforce (CSWF) Qualification Matrix, and clarify submission details. The proposal due date remains unchanged at April 1, 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
Download
Download
Download

Versions

Version 6
Solicitation
Posted: Mar 23, 2026
View
Version 5Viewing
Solicitation
Posted: Mar 23, 2026
Version 4
Solicitation
Posted: Mar 19, 2026
View
Version 3
Solicitation
Posted: Mar 19, 2026
View
Version 2
Solicitation
Posted: Mar 11, 2026
View
Version 1
Solicitation
Posted: Feb 27, 2026
View
NAWCAD (WOLF) Ship and Air Integrated Warfare Division Small Unmanned Aircraft Systems (SUAS) Reusable Architecture (SRA) | GovScope