Weaponeering and Stores Planning (WASP) Software Development

SOL #: N00019-26-RFPREQ-WPM281-0151Sources Sought

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL AIR SYSTEMS COMMAND
PATUXENT RIVER, MD, 20670-5000, United States

Place of Performance

VA

NAICS

Other Computer Related Services (541519)

PSC

National Defense R&D Services; Department Of Defense Military; Experimental Development (AC13)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 9, 2026
2
Response Deadline
Apr 24, 2026, 9:00 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) is conducting a Sources Sought market research effort to identify qualified U.S. wholly owned companies capable of providing Agile Software Development and Classified Software Support for the Weaponeering and Stores Planning (WASP) program. This initiative aims to acquire software capabilities iteratively, leveraging modern development practices. Responses are due by April 24, 2026.

Purpose & Background

This Sources Sought announcement is for market research to identify potential firms that can deliver agile software solutions aligned with the Department of War (DoW) Software Acquisition Pathway and provide classified software support for the WASP legacy program. NAVAIR seeks to rapidly acquire software capabilities using Agile frameworks, DevSecOps, and Continuous Integration/Continuous Delivery (CI/CD), ensuring operational needs, cybersecurity compliance, and integration with existing DoW systems.

The WASP program develops and tests multiple versions for both the U.S. Navy and Foreign Military Sales (FMS) customers. The incumbent, DCS Corporation, currently possesses unique domain knowledge regarding WASP architecture, software requirements, automated test frameworks, and Naval Aviation Technical Information Product (NATIP) safety-of-flight rules. NAVAIR intends to issue a sole source Indefinite Delivery/Indefinite Quantity (IDIQ) contract to DCS Corporation if no other responsible and capable sources are identified, citing 10 U.S.C. 3204(a)(1).

Key Requirements

NAVAIR is seeking vendors with the capability and experience to develop, integrate, test, and field solutions meeting the following:

  • Software Functionality: Deliver a Minimum Viable Product (MVP) within the initial Program Increment (PI) and a fully operational product after two PIs, with incremental engineering releases.
  • Development Practices: Utilize Agile frameworks (e.g., SAFe tailored for DoW), DevSecOps integration with CI/CD pipelines, and automated testing.
  • Cybersecurity: Ensure compliance with DoW Cybersecurity Maturity Model Certification (CMMC) standards and Federal Information Processing Standards (FIPS).
  • Architecture & Interoperability: Employ modular design, open standards, and APIs for interoperability with existing DoW systems, specifically JMPS Framework 1.5.305 and above.
  • Support: Provide user manuals, API documentation, training materials, and support during formal Certification and Functional testing.
  • FMS Support: Ensure WASP versions for FMS customers are based on the latest U.S. Navy release, undergo certification testing, and meet safety-of-flight parameters.

Contract & Timeline

  • Type: Sources Sought / Market Research (not an RFP)
  • Anticipated Period of Performance: Q1 FY27 to Q1 FY32
  • NAICS Code: 541519 (Other Computer Related Services) with a $34M Small Business Size Standard
  • PSC: AC13 (National Defense R&D Services; Department Of Defense - Military; Experimental Development)
  • Eligibility: U.S. wholly owned companies only. Data is export-controlled.
  • Response Due Date: April 24, 2026 (15 working days after April 9, 2026 posting date)
  • Published Date: April 9, 2026

Submission Requirements

Interested parties should submit a Capability Statement package (maximum 15 pages, 10pt Times New Roman) addressing specific questions related to past work, technical attributes, Agile/DevSecOps practices, cybersecurity, open architecture, metrics, training, production, and company profile (including small/large business status, CAGE, DUNS). Submissions must be pertinent and specific.

  • Format: Electronic submission via email in Microsoft Word or PDF format.
  • Content: No classified material. Mark submissions as "Controlled Unclassified Information (CUI), Releasable to Government Agencies for Evaluation Purposes Only." Include the Sources Sought Notice Reference Number, company name, address, CAGE code, DUNS number, and point-of-contact information.
  • Submission Email: austin.m.gunther2.civ@us.navy.mil

Additional Notes

This is solely for market research; the government will not pay for information submitted. Failure to respond will not prevent participation in future competitions. The government is under no obligation to provide responses or comments to information received.

People

Points of Contact

Files

Files

Download

Versions

Version 1Viewing
Sources Sought
Posted: Apr 9, 2026
Weaponeering and Stores Planning (WASP) Software Development | GovScope