Hannah Farrell
MD 20684
USA
DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES...
View moreNAWCAD WOLF SAIW Technical Project Management Support (TPMS)
—
These services are currently being performed under Seaport MAC Nx-G Task Order Ship & Air Integrated Warfare Division Management Support. The Ship & Air Integrated Warfare Division Management Support services are currently being performed by Spalding Consulting, Inc. a Saalex Company, Lexington Park, MD under Contract N00178-19-D-8547 Task Order N00421-22-F-3005. Task Order N00421-22-F-3005 was awarded competitively with Cost-Plus-Fixed-Fee (CPFF) Term for labor and corresponding cost reimbursable CLINs for Other Direct Costs (ODCs). This Task Order is estimated to expire Q4 of FY 2027.
PROGRAM BACKGROUND
As the organic Lead Systems Integrator® (oLSI®) for the Naval Air Warfare Center Aircraft Division (NAWCAD), Webster Outlying Field (WOLF) operates under a product-based business model whereby NAWCAD WOLF civilians lead and manage the execution of the requirements for defense weapon systems programs with combined Government-Industry teams. Using this oLSI® approach, the Government maintains control of intellectual property and data rights, enabling WOLF to rapidly adapt solutions to the dynamic needs of the warfighter.
The NAWCAD WOLF Ship & Air Integrated Warfare (SAIW) Division is engaged in the research, development, design, integration, test and evaluation, deployment, training, technical management, and maintenance support for integrated Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance, and Reconnaissance (C5ISR) life cycle engineering systems supporting various sponsors to include Naval Air Systems Command (NAVAIR), Naval Sea Systems Command (NAVSEA), and other Department of Defense (DoD) and Federal organizations. The SAIW Division, operating under the oLSI® model, has requirements for technical project management and operational support to successfully fulfill the SAIW Divisions mission of provided support services at both the diverse project levels and the over all Division organizational level.
REQUIREMENTS
Please review Attachment 1, Draft SOW and Attachment 2 Anticipated Labor Categories and Hours. If your company has any questions about the SOW, or any areas that may need further explanation, please also identify those in the response.
Since the resultant task order will be a cost-type effort, the successful awardee will also be required to have a Government approved accounting system upon award.
All potential offerors must either have or be able to obtain a TOP SECRET facility clearance. A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor team (e.g. subcontractor partner) shall have a “Top Secret” Facility Clearance and a “Secret” Safeguarding Clearance.
ELIGIBILITY
The applicable North American Industry Classification System (NAICS) Code for this requirement is 541330 Engineering Services with a Small Business Size standard of $47 Million. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. The Product Service Code (PSC) for this effort will be R799, Support – Management: Other.
PLACE OF PERFORMANCE
86% Government Site (including NAWCAD WOLF, St. Ingioes, MD)
14% Contractor Site (within 50 drivable miles of NAWCAD WOLF St. Ingioes, MD)
ANTICIPATED CONTRACT TYPE
This requirement is anticipated to be a SeaPort-NxG Multiple Award Contract (MAC) Task Order (TO) with CPFF term Contract Line Item Numbers (CLINs) for labor and cost reimbursable CLINs for ODCs. The proposed Task Order is anticipated to include tasking and labor categories that are subject to the Service Contract Act.
ANTICIPATED PERIOD OF PERFORMANCE
It is anticipated that the resultant Task Order will have a 5 year Period of Performance (base and four Option Years), Q4 FY2027 – Q4 FY2032, and a 6-month optional extension (FAR 52.217-8).
SUBMITTAL INFORMATION
It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 15 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the effort listed in the attached Draft SOW, Attachment 1. This documentation must address, at a minimum, the following:
The capability statement package shall be sent by email to [email protected] and [email protected]. Submissions must be received at the office cited no later than 2:30 pm. Eastern Standard Time on 24 March 2026. Questions or comments regarding this notice may be addressed to Hannah Farrell and Amy Davis via email at [email protected] and [email protected].
All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, and e-mail address.