WSISS VI
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 Weapons Division (NAWCWD) is conducting a Sources Sought for Weapons Systems Integration and Software Support Services (WSISS VI). This market research aims to identify qualified sources and determine potential small business set-aside opportunities for a follow-on contract to the current N6893622D0038. Responses are due by April 6, 2026, 4:00 P.M. PST.
Purpose & Scope
NAWCWD seeks information from potential sources for WSISS, supporting various aircraft Integrated Product Teams (IPTs) including F/A-18, EA-18G, AV-8B, T45, AH-1, F-35, and Unmanned Systems. The general scope of work encompasses:
- Integration: Weapons, avionics, sensors, targeting systems, system hardware, and software.
- Software Engineering: Development for aircraft computers, avionics, weapons systems, test labs, simulators, and support equipment.
- IPT Program Technical Services: Research, development, test, evaluation, system integration, and programmatic support.
- Design & Fabrication: For test and simulation equipment, flight/system trainers.
- Aircraft Support: Modifications, test instrumentation, and telemetry systems design, development, installation, and maintenance.
- Training: In specialized areas or for contractor-designed systems.
This is a follow-on to a competitively-awarded Small Business Set-Aside contract (N6893622D0038) with approximately 350 FTEs across 14 task orders, expiring July 2028.
Required Capabilities
Respondents should demonstrate experience as a prime or subcontractor in:
- Weapons and Aircraft Systems Integration: Provide at least three examples with contract numbers.
- Personnel Management: Evidence of local managerial presence, effective recruitment/retention of highly technical personnel with security clearances, and access to Subject Matter Experts (SMEs) for relevant aircraft platforms (e.g., F-35, F/A-18, EA-18, AV8B, UAS).
- Successful Performance History: Past performance information including contracts, dollar values, references, and SOW section correlation.
- Global Support: Capability for OCONUS temporary travel and organizational reach-back for SMEs.
Special Requirements
- Security Clearance: Anticipated Top Secret facility clearance (FCL) with secret storage, and Secret/Top Secret personnel clearances.
- Cybersecurity: Anticipated CMMC Level 2 (C3PAO) certification. Rationale required if disagreeing with the level.
- Teaming: If proposing a teaming arrangement, describe the plan to accomplish 51% of the Level of Effort (LOE).
Submission Details
- Format: Microsoft Word, max 10 pages (8.5x11, 10pt font), bullet format.
- Content: Company Name, Address, Business Size (Small/Large, NAICS 336411, 1500 employees), CAGE, DUNS, POC (name, phone, fax, email). Small businesses must specify if SDVOSB, HUBZone, 8(a), WOSB, EDWOSB.
- Deadline: April 6, 2026, 4:00 P.M. Pacific Standard Time.
- Email: roman.g.alaniz.civ@us.navy.mil and christopher.p.bachman2.civ@us.navy.mil. Reference the synopsis number in the subject line and documents.
- Questions: Submit to Roman Alaniz and Chris Bachman via email.
Contract & Set-Aside
This is a Sources Sought for market research. The contracting strategy, including potential set-asides, is not yet finalized, but all small business set-aside categories will be considered. The Government anticipates a single-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract. Evaluation methods (e.g., best-value tradeoff vs. LPTA) are also undetermined.