Sonobuoy Lot Acceptance Testing (SLAT) Service Aircraft
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 Warfare Center - Aircraft Division (NAWCAD) is conducting a presolicitation for Sonobuoy Lot Acceptance Testing (SLAT) Service Aircraft. This effort seeks a Contractor-Owned/Contractor-Operated (COCO) aerial platform with sonobuoy pneumatic-launch capability to support NAVAIR's SLAT missions. The contract is anticipated to be a Firm Fixed Price (FFP) for specific Contract Line Item Numbers (CLINs), with the overall award based on a Best Value Trade-off. This is a new requirement, currently performed organically by the Navy.
Scope of Work
The selected contractor will provide FAA-certificated aircraft and personnel to support SLAT missions, ensuring sonobuoys meet performance and reliability specifications. Key tasks include:
- Providing an aerial platform with a pneumatic launch system for NATO 'A' size sonobuoys.
- Conducting real-world ocean airdrop tests of sonobuoy samples and supporting pre-production model testing.
- Operating from a contractor base within 50 nautical miles of Naval Air Station North Island, San Diego, CA, with flight operations over open-ocean test ranges near San Clemente Island, CA.
- Performing missions involving overwater flight profiles up to 100 NM offshore, at altitudes from 500 to 8,000 feet MSL, deploying 32 to 52 sonobuoys per sortie.
- Supporting various mission types including SLAT, Engineering Test Drops, Pattern Accuracy Testing, Mammal Mitigation, and Training/Rehearsal Sorties.
- Achieving full operational capability within 12 months of contract award.
Contract Details & Timeline
- Opportunity Type: Presolicitation (DRAFT Solicitation for industry feedback)
- Contract Type: Firm Fixed Price (FFP) for specific CLINs; overall award based on Best Value Trade-off.
- Period of Performance: 4 years, 364 days.
- Place of Performance: Vicinity of San Clemente Island, CA, originating from a contractor base near NAS North Island, San Diego, CA.
- Set-Aside: None specified (Full and Open Competition anticipated).
- Product/Service Code: V121 (Air Charter For Things)
- NAICS Code: 481219 (Air Charter For Things)
- Cybersecurity: Offerors must achieve and maintain CMMC Level 2 and have current status in SPRS prior to award.
- RFP Release: Expected in the near future in FY26, with an anticipated 45-day proposal period.
Evaluation Criteria (from Draft RFP)
Proposals will be evaluated based on:
- Technical (most important)
- Past Performance (more important than Price)
- Price
- Small Business (acceptable/unacceptable, requiring a minimum 10% commitment for large businesses).
Key Updates & Action Items
- One-on-One Sessions: Conducted March 5-6, 2026. Questions and answers from these sessions were posted on March 31, 2026.
- DRAFT Solicitation Feedback: Industry review and feedback on the DRAFT solicitation were highly desirable. The deadline for submitting questions and feedback was March 2, 2026.
- Submission: Future proposals will be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) system.
Contacts
- Primary: Brad Dioguardo (bradley.dioguardo.civ@us.navy.mil)
- Secondary: David Silverstone (david.s.silverstone.civ@us.navy.mil)