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 seeking industry feedback on a Draft Presolicitation for Sonobuoy Lot Acceptance Testing (SLAT) Service Aircraft. This opportunity involves providing Contractor-Owned/Contractor-Operated (COCO) aerial platforms with sonobuoy pneumatic-launch capability to support NAVAIR's SLAT program. One-on-one sessions are scheduled for March 5-6, 2026, and feedback on the draft is due by March 2, 2026.
Purpose
NAWCAD intends to issue a competitive, Firm Fixed Price (FFP) solicitation for services to provide a COCO aerial platform for Sonobuoy Lot Acceptance Testing (SLAT). This testing ensures production and pre-production sonobuoys meet required performance and reliability standards through real-world ocean airdrop tests.
Scope of Work
The contractor will provide FAA-certificated aircraft and personnel capable of deploying NATO 'A' size sonobuoys using a pneumatic launch system. Missions involve overwater flight profiles up to 100 NM offshore, at altitudes from 500 to 8,000 feet MSL, primarily over open-ocean test ranges near San Clemente Island, CA. Operations will originate from a contractor base within 50 nautical miles of Naval Air Station North Island, San Diego, CA. Services include SLAT, Engineering Test Drops, Pattern Accuracy Testing, Mammal Mitigation & Range Clearance, and Training/Rehearsal Sorties.
Contract Details
- Opportunity Type: Presolicitation (Draft Solicitation)
- Anticipated Contract Type: Firm Fixed Price (FFP)
- Anticipated Duration: Four years, 364 days
- Set-Aside: None specified (Full and Open)
- Product/Service Code: V121 (Air Charter For Things)
- Place of Performance: Vicinity of San Clemente Island, CA, and contractor base near NAS North Island, San Diego, CA.
- Key Requirements: Capability stand-up (within 12 months of award), monthly fixed costs for operational readiness, flight services, and administrative/technical data.
- Cybersecurity: CMMC Level 2 compliance is required.
Key Dates & Actions
- One-on-One Sessions: March 5-6, 2026 (request participation by March 2, 2026, 1000 EST).
- Draft Feedback/Questions Due: March 2, 2026, 1000 EST.
- Submission Method: Email questions to bradley.dioguardo.civ@us.navy.mil and david.s.silverstone.civ@us.navy.mil.
- Future Solicitation: Will occur through the PIEE system.
Evaluation (Anticipated)
Proposals will be evaluated based on Technical (most important), Past Performance (more important than Price), Price, and Small Business (acceptable/unacceptable). Offerors must have a current CMMC Level 2 self-assessment in SPRS prior to award and submit a Small Business Participation Commitment Document (minimum 10% commitment).
Additional Notes
This is a DRAFT Solicitation for industry input and does not constitute a Request for Proposal (RFP). Information is subject to change and is not binding on the Government. No funds are available for response preparation.