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 Department of the Navy, Naval Air Systems Command (NAVAIR), specifically the NAWCAD Webster Outlying Field (WOLF), has issued a Request for Offer (RFO) 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 new and existing SUAS. Proposals are due by April 01, 2026, at 2:00 PM ET.

Scope of Work

The contractor will provide comprehensive support under the organic Lead Systems Integrator (oLSI) approach. This includes systems engineering and evaluation for SUAS across 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, industry collaboration, modification of existing FoSUAS for SRA compliance, and training/logistics support coordination.

Contract Details

This is a Task Order (TO) under the SeaPort-NxG Multiple Award Contract (MAC). The contract type includes Cost Plus Fixed Fee (CPFF), Cost Reimbursement (non-fee bearing), and Not Separately Priced (NSP) line items. The period of performance is five years and six months, comprising one base year, four option years, and an optional six-month extension (FAR 52.217-8). The estimated level of effort is 71,989 man-hours, with an expected total labor cost exceeding $8,945,801. Performance will be 7% at the Government site (NAWCAD WOLF, St. Inigoes, MD) and 93% at the contractor's site, which must be within 50 miles of NAWCAD WOLF. Personnel require U.S. citizenship, Non-Critical Sensitive work eligibility (Tier-3 investigation), and appropriate security clearances. Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) or higher is required.

Submission Requirements

Offers must be UNCLASSIFIED and submitted electronically via the PIEE portal (https://piee.eb.mil) under RFO# N0042126R1006. Proposals must adhere to the RFO's structure, including separate Technical and Cost/Price volumes. Key attachments for submission include Attachment P1 (Key Personnel) and Attachment T2 (Sample Task) for the Technical Volume, and Attachment C1 (Cost Reimbursable Workbook) and Attachment C2 (Cost Reimbursable Narrative) for the Cost/Price Volume. Offerors must propose the exact labor hours by location as outlined in Attachment L2.

Evaluation Criteria

Award will be made to the Highest Technically Ranked Offer (HTRO) with a fair and reasonable price, without tradeoffs between technical and cost factors. The evaluation involves a two-step process: a comparative technical analysis of Key Personnel and the Sample Task, followed by a cost/price evaluation for the HTRO only. Cost realism analysis will be performed for cost-reimbursable elements, considering factors like indirect rates, escalation, and adherence to minimum direct labor rates. Proposed fully burdened labor costs exceeding the NAVAIR labor tripwire of $420K annually per employee may require justification. Organizational Conflict of Interest (OCI) will also be evaluated.

Key Updates from Amendment 0001

Amendment 0001, posted March 19, 2026, extended the proposal due date to April 01, 2026. It also provided answers to contractor questions (Attachment Q1) and revised several key attachments, including Exhibit A, C1, C2, T1, T2, L1, and M1. Notably, it clarified that offerors are not required to include labor hours or ODC pricing for the FAR 52.217-8 extension period. The Point of Contact information has also been updated.

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

Versions

Version 6
Solicitation
Posted: Mar 23, 2026
View
Version 5
Solicitation
Posted: Mar 23, 2026
View
Version 4
Solicitation
Posted: Mar 19, 2026
View
Version 3Viewing
Solicitation
Posted: Mar 19, 2026
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