The Statement of Work (SOW) delineates the requirements for a contract supporting the Advanced Technology Development Department's Airborne Anti-submarine Warfare (ASW) Systems Engineering Division. Its primary purpose is to enhance the research, design, development, test, integration, and support of avionics and mission systems for naval air platforms, both manned and unmanned. The contract will facilitate technical and administrative services essential for life cycle phases including planning, research, acquisition, and maintenance of various airborne systems, employing a single award indefinite delivery/indefinite quantity structure.
Key operational areas include systems engineering for acoustic and non-acoustic ASW systems, navigation and communication systems, and disruptive technologies. The contractor must guarantee compliance with extensive regulatory frameworks and ensure collaboration within a complex environment, requiring stringent security measures and access to classified information.
The project encompasses responsibilities for maintaining compatibility with existing Government IT systems, conducting technical planning and assessments, and implementing risk management strategies. Deliverables include detailed progress reports, compliance with security protocols, and a project management oversight process, ensuring oversight and quality of contractual obligations. The overarching goal is to ensure the provision of reliable, advanced, and affordable technology solutions in alignment with naval aviation objectives.
The document outlines a multi-year federal request for proposals (RFP) and funding allocation plan, detailing staffing requirements and associated labor hours needed across various performance years, from 2026 to 2031. It specifies the Full-Time Equivalent (FTE) personnel required for government and contractor sites, as well as regular labor hours necessary for project execution. Each fiscal year introduces incremental adjustments in staffing, reflecting an overall increase in allocated hours and FTEs.
The comprehensive breakdown demonstrates the proportional distribution of labor resources aimed at optimizing service delivery while addressing compliance with federal regulations. Emphasis is placed on thorough planning to ensure that project objectives align with budgetary constraints and operational needs. This initiative underscores the government's commitment to maintaining robust oversight in resource management, ultimately supporting effective program implementation in alignment with federal standards and local requirements. The detailed nature of the document serves as a framework for managing future contracts and maintaining transparency in resource allocation.
The document is a solicitation for sources sought regarding engineering services to support the Airborne Anti-Submarine Warfare Engineering Services for the Naval Air Warfare Center Aircraft Division (NAWCAD). It outlines requirements for interested companies to provide detailed company profiles, including size standards under specific NAICS codes, capabilities, experience on similar contracts, staffing availability, and security clearances. The document emphasizes the necessity for small businesses to perform at least 50% of the contract work and encourages collaboration through joint ventures or teaming arrangements. The government also invites industry feedback regarding the solicitation structure, labor categories, and any potential barriers to competition. The goal is to gauge industry capabilities and readiness for a potential 5.5-year contract commencing in September 2026. Continuous communication with potential bidders is solicited to enhance the final RFP process and ensure it accurately reflects industry standards and capabilities.
The Naval Air Warfare Center Aircraft Division (NAWCAD) is seeking capabilities for Airborne Anti-Submarine Warfare (ASW) Engineering Services through a Sources Sought Notice. The Advanced Technology Development Department aims to augment its workforce across multiple areas, including engineering, IT, logistics, and program management, to support avionics and mission systems for naval air platforms. The scope encompasses technology assessment, system integration, training, and ensuring environmental compliance, focusing on both legacy and new systems. This requirement follows contract N00421-20-D-0123 and may consolidate with contract N68335-20-F-3001.
The government intends to use market research to identify eligible firms, assess potential small business set-aside opportunities, and refine the proposal process. Key performance locations will be at Naval Air Station Patuxent River, MD, and other sites as necessary. The anticipated single award contract will require capability in handling sensitive information, with a significant level of past performance required in relevant areas. Interested companies must submit their capabilities by 4 PM EST on March 17, 2025, adhering to specific submission guidelines.