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 systems engineering, cybersecurity, technical management, and life cycle support for new and existing SUAS. Proposals are due by April 01, 2026.

Scope of Work

The contractor will provide comprehensive support including systems engineering and evaluation for SUAS throughout procurement, production, Operations & Maintenance (O&M), and Research & Development (RDT&E) phases. Key tasks involve SRA cybersecurity engineering (including RMF packages), technical project management, configuration management of SRA artifacts, test environment maintenance, and industry collaboration. Performance will be primarily at contractor sites (93%), with 7% at the Government site in St. Inigoes, MD. Contractor facilities must be within 50 miles of NAWCAD WOLF.

Contract Details

This is a Task Order (TO) under the SeaPort-NxG Multiple Award Contract (MAC), utilizing Cost Plus Fixed Fee (CPFF), Cost Reimbursement (non-fee bearing), and Not Separately Priced (NSP) line items. The Period of Performance is five (5) years and six (6) months, comprising one base year, four option years, and an optional six-month extension. The estimated total labor effort is 71,989 man-hours, with an estimated total labor cost exceeding $8,945,801. The NAICS code is 541330 (Engineering Services) with a $47M size standard, and the PSC is H216 (Equipment And Materials Testing: Aircraft Components And Accessories). A Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) or higher is required.

Submission Requirements

Offers must be UNCLASSIFIED and submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) portal (https://piee.eb.mil) under RFO# N0042126R1006. Proposals require separate volumes: Volume 1 (Technical), including Key Personnel (Attachment T1, 5-page limit per person) and Sample Task (Attachment T2, 10-page limit), and Volume 2 (Cost/Price), utilizing Attachments C1, C2, or C3. Crucially, offerors must propose the exact labor hours specified in Attachment L2 and are explicitly instructed NOT to include labor or Other Direct Cost (ODC) pricing for the FAR 52.217-8 extension period. All personnel must be U.S. citizens (unless waived) and eligible for Non-Critical Sensitive work with a Tier-3 investigation.

Evaluation Criteria

Award will be made to the Highest Technically Ranked Offer (HTRO) with a fair and reasonable price; no tradeoffs between technical and cost factors are permitted. Technical evaluation involves a comparative analysis of Key Personnel qualifications and the Sample Task response. Cost/Price evaluation, performed only for the HTRO, includes a cost realism analysis for cost-reimbursable elements. Minimum direct labor rates must be met, and proposed fully burdened labor rates exceeding the NAVAIR tripwire of $420K annually per employee may be deemed unreasonable without justification. Organizational Conflict of Interest (OCI) will also be evaluated.

Key Amendments & Notes

This solicitation has undergone four amendments, clarifying numerous questions, updating minimum labor rates in Attachment C1, revising government labor hours in Attachment L2, and incorporating the Cyber Security Workforce (CSWF) Qualification Matrix (Attachment 20). The proposal due date was extended to April 01, 2026. Primary contact: Olivia Bossert (olivia.e.bossert.civ@us.navy.mil).

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
Download
Download
Download
Download
Download
Download
Download

Versions

Version 6Viewing
Solicitation
Posted: Mar 23, 2026
Version 5
Solicitation
Posted: Mar 23, 2026
View
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