ContractSolicitation

Engineering and Technical Services in Support of the Prototype, Manufacturing and Test Department (PMTD) at the Naval Air Warfare Center Aircraft Division Lakehurst, NJ

DEPT OF DEFENSE n6833526R1036
Response Deadline
May 21, 2026
5 days left
Days Remaining
5
Until deadline
Set-Aside
No Set aside used
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of the Navy’s Naval Air Warfare Center Aircraft Division Lakehurst is seeking a task order for engineering and technical services to support the Prototype, Manufacturing and Test Department. The work covers non-personal support for Aircraft Launch and Recovery Equipment and Support Equipment systems, including major programs such as EMALS and AAG, along with test operations, engineering investigations, prototyping, producibility engineering, and J.E.D.I. system IT support. The effort is a five-year, cost-plus-fixed-fee level-of-effort task order with a base year and four option years, estimated at 258,000 man-hours, and proposals are evaluated on a best-value basis where technical and past performance are more important than cost/price, with key personnel, small business participation, and CMMC Level 1 self-assessment treated as mandatory requirements. Only SeaPort-NxG MAC holders are eligible, proposals must be submitted electronically through PIEE, and the amended due date is May 21, 2026 at 4:00 PM EST.

Classification Codes

NAICS Code
541330
Engineering Services
PSC Code
R425
SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL

Solicitation Documents

19 Files
DD-254_N68335-26-R-1036.pdf
PDF632 KBMay 4, 2026
AI Summary
This DD Form 254 outlines the security classification specifications for Contract N68335-26-R-1036, a solicitation for engineering and technical services supporting Aircraft Launch and Recovery Equipment (ALRE) and Support Equipment (SE) testing at the Naval Air Warfare Center Aircraft Division Lakehurst (NAWCADLKE). The contract requires a Top Secret facility security clearance, but no safeguarding of classified information at the contractor's facility, as access will be at government or other contractor sites. Contractors will access various classified information types, including COMSEC, Non-SCI National Intelligence, NATO, Foreign Government Information, and Controlled Unclassified Information (CUI), with specific handling and safeguarding guidelines provided. Public release of information related to the contract is restricted and requires approval from NAWCAD LKE PAO. The contract also involves access to SIPRNet and authorized use of Secure Terminal Equipment (STE). Specific security classification guides (SCGs) apply, including those for VH-92A, MQ-4C, MQ-8, RQ-21A, Joint Strike Fighter, AV-8B, and Next Generation Jammer. Operations Security (OPSEC) compliance is mandatory, especially when working at U.S. military sites, and the contractor will require access at Yokosuka, Japan. The Government Contracting Activity is Joint Base McGuire-Dix-Lakehurst.
P2_Past Performance Information Form.pdf
PDF515 KBMay 4, 2026
AI Summary
The Past Performance Information Form is a standardized government document used in federal and state/local RFPs and grants to assess an offeror's prior contract performance. It requires detailed information about past projects, including the offeror's name, role, CAGE code, DUNS, NAICS, contract number, type, project title, and location of work. The form also requests contact information for both the agency/customer program manager and contracting point of contact. Crucially, it asks for the period of performance, contract value, and invoiced amounts for the base and any option periods. A significant section is dedicated to a contract effort description and a detailed account of demonstrated systemic improvement actions taken to resolve any performance issues, including techniques and tools used for correction and their planned application in future requirements. This form is marked as
N68335-26-R-1036 QA Summary Amendment 0001.docx
Word33 KBMay 4, 2026
AI Summary
The document captures a question and response regarding solicitation N68335-26-R-1036, Attachment L-1, concerning Key Personnel requirements. An offeror, dated April 13, 2026, inquired whether the government would consider revising the Key Personnel requirement to designate only the Program Manager as key personnel. This would allow offerors to provide a detailed transition and incumbent retention plan, a total compensation strategy, and a staffing approach focused on continuity of operations. The offeror argued that the current approach might limit competition due to the specialized nature of the requirement and its incumbent-driven aspects. The government's response, dated May 4, 2026, stated that the Key Personnel Labor categories remain unchanged, with updates captured in Amendment 0001 to the Statement of Work and Sections L&M.
N68335-26-R-1036 SOW Amendment 0001.docx
Word71 KBMay 4, 2026
AI Summary
This Statement of Work (SOW) outlines the requirements for engineering and technical services supporting the Naval Air Warfare Center Aircraft Division Lakehurst (NAWCADLKE) Prototype, Manufacturing and Test Department (PMTD). The services are non-personal and encompass support for Aircraft Launch and Recovery Equipment (ALRE) and Support Equipment (SE) systems, including major programs like EMALS and AAG. Key areas of support include test operations, engineering investigations, prototyping, producibility engineering, and IT support for the Job Execution and Data Information (J.E.D.I.) System. The contract has a 12-month base period and four 12-month option periods. The SOW details general requirements, security provisions, and specific tasking, including personnel qualifications and Government-furnished property.
N68335-26-R-1036 Section L Amendment 0001.docx
Word78 KBMay 4, 2026
AI Summary
This government Request for Task Order Proposal (RFTOP) outlines instructions for contractors to submit proposals for a single Task Order (TO) award under a Seaport NxG MAC. Proposals must be unclassified, adhere to strict formatting (e.g., 8.5x11 pages, 12-point Times New Roman font, specific page limits for each volume), and be submitted electronically via the PIEE website. The RFTOP emphasizes clarity, brevity, and a thorough understanding of requirements, warning that non-compliance or deviations may lead to rejection. Contractors must submit proposals in five volumes: Technical, Past Performance, Cost/Price, Small Business (if applicable), and Cybersecurity Maturity Model Certification (CMMC), along with two annexes for past performance documentation. Questions regarding the RFTOP must be submitted via email by a specified deadline. Late proposals are generally not considered unless specific conditions are met. The document details specific requirements for each volume, including narratives for understanding the work, key personnel resumes, onboarding approach, past performance references, and detailed cost/price breakdowns, including direct labor rates, indirect rates, and other direct costs (ODCs). It also provides government-estimated labor hours and ODC amounts. Small businesses have specific submission requirements, while other than small businesses must complete a Small Business Participation Commitment Document and potentially a Subcontracting Plan. Offerors must also address CMMC Level 1 Self-Assessment status. The incumbent contractor and current contract numbers are provided.
N68335-26-R-1036 Section M Amendment 0001.docx
Word61 KBMay 4, 2026
AI Summary
This government file outlines the evaluation factors and methodology for awarding a Task Order (TO) under an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract, emphasizing a “best value” approach. Proposals will be assessed based on Technical (Understanding of Work/SOW Approach, Key Personnel Resumes, Onboarding Approach), Past Performance, and Cost/Price. Technical and Past Performance combined are significantly more important than Cost/Price. Key Personnel Resumes and Onboarding Approach are pass/fail criteria, with failure leading to proposal rejection. Small Business and Cybersecurity Maturity Model Certification (CMMC) Level 1 Self-Assessment are mandatory
Solicitation Amendment - N6833526R10360001.pdf
PDF2444 KBMay 4, 2026
AI Summary
This government solicitation, N6833526R10360001, is an amendment for a Cost Plus Fixed-Fee Level of Effort Task Order under the SeaPort-NxG Multiple Award Contract. It seeks contractor support for engineering and technical services at the Naval Air Warfare Center Aircraft Division, Lakehurst (NAWCADLKE) Prototype, Manufacturing, and Test Department (PMTD). The amendment extends the proposal submission deadline to May 21, 2026, and updates the Statement of Work, Sections L, and M. The contract has a five-year period of performance, including a base year and four option years, with an estimated 258,000 man-hours. Key personnel are designated, and strict clauses govern travel, personnel changes, organizational conflicts of interest, and payment procedures through Wide Area WorkFlow (WAWF).
Solicitation Amendment N6833526R10360001 SF 30.pdf
PDF574 KBMay 4, 2026
AI Summary
Amendment 0001 to Solicitation N6833526R10360001 extends the proposal submission deadline to May 21, 2026, at 4:00 PM EST. This amendment also updates the Statement of Work and Sections L & M, and adds a Q&A summary. The solicitation is a full and open competition among SeaPort-NxG Multiple Award Contract (MAC) holders for a five-year Task Order (one base year, four option years) for engineering/technical services (Product Service Code R425). Work will be performed at the contractor's facility and Lakehurst, NJ. The amendment incorporates all SeaPort-NxG MAC terms and conditions, with specific clauses detailed in Sections L and M. The previous contractor was NDI Engineering Company. Points of contact for procurement and contracting are Kieran Connolly and Shannan Germond, respectively.
P3_Contractor Performance Assessment Questionnaire.pdf
PDF193 KBMay 4, 2026
AI Summary
This government file outlines the “Contractor Performance Assessment Questionnaire” (CPAQ), a standardized tool used by federal agencies to evaluate contractor performance for federal RFPs, grants, and state/local RFPs. It details the information required for assessment, including contractor and contract specifics, key subcontractors, project title, and a description of the contract effort. The CPAQ focuses on evaluating performance across key areas: Quality, Schedule, Cost Control, Management, Utilization of Small Business, and Regulatory Compliance. The document provides comprehensive definitions and criteria for rating each area, ranging from “Exceptional” to “Unsatisfactory,” with clear justifications for each rating. It also includes instructions for assessing officials to provide detailed, factual narratives supporting their evaluations and a final recommendation for future similar contracts. The CPAQ aims to provide objective and actionable insights for source selection officials.
Section L.docx
Word77 KBMay 4, 2026
AI Summary
This government Request for Task Order Proposal (RFTOP) outlines instructions for contractors to submit proposals for a single Task Order (TO) under a Seaport NxG MAC. Proposals must be unclassified, adhere to specific formatting (8.5x11 pages, 12-point Times New Roman font, specific page limits for volumes), and be submitted electronically via the PIEE website by the deadline. Key submission components include a Technical Volume (detailing understanding of work, methodology, risks, implementation plan, and key personnel resumes), a Past Performance Volume (with PPIFs, SOW/PWS, and a cross-reference matrix), and a Cost/Price Volume (including an offer letter, SF33, detailed cost breakdown, indirect rates, fee information, and DCAA details). Small Business Participation Commitment Documents and Cybersecurity Maturity Model Certification (CMMC) status are also required. Questions regarding the RFTOP must be submitted via email by the specified deadline.
N68335-26-R-1036 Attachment P4_Cost Summary Workbook.xlsx
Excel152 KBMay 4, 2026
AI Summary
This government file provides detailed instructions for both prime and subcontractors on completing a cost summary worksheet for federal government RFPs, grants, and state/local RFPs. The instructions cover formatting requirements, such as using letter-size paper and carrying dollar figures to two decimal places, and emphasize maintaining formula integrity within the spreadsheet. Key directives for prime contractors include entering their name, labor hours, and employee details, utilizing dropdown menus for labor categories, and noting work locations (contractor facility or government spaces). Subcontractors are instructed to follow similar procedures, with a specific note on the analysis of minimum direct labor rates. The document also outlines how to input indirect rates, fees, and other direct costs like travel and materials. A significant portion details the calculation and verification of the fee per hour, ensuring alignment with the total fee for both prime and subcontractor labor, with provisions for hardcoding if calculations do not match. Overall, the file aims to standardize cost reporting for government solicitations.
Contract Surveillance Plan_N68335-26-R-1036.docx
Word66 KBMay 4, 2026
AI Summary
This Contract Surveillance Plan (CSP) outlines the U.S. Government's quality assurance methods for administering and overseeing a five-year, cost-plus-fixed-fee Task Order (TO) for Engineering and Technical Support Services. These services are crucial for the Naval Air Warfare Center Aircraft Division Lakehurst (NAWCADLKE) Prototype, Manufacturing & Test Department (PMTD) and cover major programs like EMALS and AAG. The plan distinguishes between the Contractor's Quality Control Plan (QCP) and the Government's CSP, which ensures timely and effective service delivery. Key Government roles include the Contracting Officer (KO), Contracting Officer's Representative (COR), Alternate COR (ACOR), and Government Project Lead (GPL), each with defined responsibilities for contract compliance and surveillance. Surveillance methods include the Contractor Performance Assessment Reporting System (CPARS) and Surveillance Activity Checklists (SACs), with quarterly and annual evaluations covering quality, schedule, cost, business relations, management, and small business utilization. Documentation of all QA activities is mandated throughout the TO's life.
P1_ Workforce Qualifications.xlsx
Excel25 KBMay 4, 2026
AI Summary
Attachment P1, the AIR-2.5.1 Form from September 2008, provides comprehensive instructions and an example for completing Workforce Qualifications. This document is crucial for government RFPs, federal grants, and state/local RFPs, as it outlines how to detail personnel qualifications. Key requirements include formatting as landscape, avoiding special reductions, and deleting instructions before submission. The form mandates specific information for each position: job title, employing company (prime or subcontractor), and employee status (current, contingent, or prospective hire). It also requires the highest degree earned (e.g., HS, BA, PHD), security clearance level and status (e.g., Secret/Granted), the Statement of Work (SOW) functional area to be supported, and the number of years of relevant experience. A brief narrative describing relevant experience for the SOW functional area is also required. The document emphasizes clarity, cautioning against unique acronyms or abbreviations unfamiliar to evaluators. An example illustrates how to fill out the form, ensuring all necessary details are captured accurately.
Statement of Work_N68335-26-R-1036.docx
Word71 KBMay 4, 2026
AI Summary
This Statement of Work (SOW) outlines the requirements for non-personal engineering and technical services supporting the Naval Air Warfare Center Aircraft Division Lakehurst (NAWCADLKE) Prototype, Manufacturing and Test Department (PMTD). The support is for Aircraft Launch and Recovery Equipment (ALRE) and Support Equipment (SE) systems, including major programs like EMALS and AAG. The contractor will provide personnel, equipment, and other necessary items for test operations, engineering investigations, prototyping, and manufacturing functions. IT support for the Job Execution and Data Information (J.E.D.I.) System is also required. The contract has a 12-month base period and four 12-month option periods. Key requirements include maintaining compatibility with Government IT environments, providing monthly progress reports, adhering to specific work schedules and security clearances for personnel (Secret and Top Secret), and complying with various Department of Defense and Navy regulations regarding information security, OPSEC, and physical security. The contractor is responsible for managing personnel, subcontracts, and ensuring a smooth transition out strategy. Travel and material costs are reimbursable, and quality assurance will be evaluated through a Surveillance Activity Checklist. The Government retains unlimited rights to all produced documents and materials.
Attachment L-2 SBPCD Form.xlsx
Excel22 KBMay 4, 2026
AI Summary
The Small Business Participation Commitment Document (SBPCD) is a crucial form for federal government RFPs, designed to detail an offeror's commitment to involving small businesses in government contracts. It comprises three sections: Section 1, "Contracting Values," where offerors, particularly Large Businesses (LB), must outline total contract and subcontracted values, including percentages allocated to Small Business (SB) subcontracts. Section 2, "Socioeconomic Categories," requires offerors to break down planned dollars for various socioeconomic categories like SDB, WOSB, HUBZone, VOSB, and SDVOSB, noting that these are standalone values and not intended to sum to the total SB subcontract amount. Section 3, "Small Business (SB) Participants," mandates listing specific SB participants, their CAGE codes, business categories, NAICS codes, and a description of the products or services they will provide. The document emphasizes accurate completion of green cells, auto-calculation of percentages, and provides guidelines for addressing goals without listed participants. It is a critical component for ensuring small business inclusion and compliance in government contracting.
CDRLs A001-A004.docx
Word46 KBMay 4, 2026
AI Summary
This document outlines the Contract Data Requirements List (CDRL) for RFP# N68335-26-R-1036, detailing various data deliverables required from the contractor. It includes instructions for submitting Monthly Progress and Financial Status Reports (A001), due by the 15th of each month, two months after award, in Microsoft Word format via email. Support Documentation, Meeting Minutes, and Action Items (A002) are required within one week after a trip or meeting. An Operations Security (OPSEC) Plan (A003) draft is due 90 days after contract award, with revisions as needed, adhering to specific naval instructions and national security directives. Finally, a Transition Out Plan (A004) is required 90 days after the Task Order (TO) award and 120 days prior to its expiration, ensuring a smooth transfer of responsibilities. All electronic submissions require secure online access and a Letter of Transmittal.
Attachment L-1 Solicitation Question and Response Form.docx
Word28 KBMay 4, 2026
AI Summary
The document, N68335-26-R-1036, Attachment L-1, is a standard form for submitting questions and receiving responses regarding a government solicitation. Titled “SOLICITATION QUESTION/RESPONSE FORM,” it is designed for offerors to pose specific questions to the government. The form requires the offeror’s identification, date, subject of the inquiry, the specific question, and a reference to the relevant section of the solicitation, such as the Statement of Work (SOW) or schedule, including page and paragraph numbers. A dedicated section is provided for the government’s official response, with fields for the preparer’s name and date. This structured form ensures clear communication and documentation of all inquiries and official clarifications during the solicitation process, which is critical in federal government RFPs, federal grants, and state/local RFPs to maintain fairness and transparency.
Section M.docx
Word60 KBMay 4, 2026
AI Summary
This document outlines the evaluation factors and methodology for awarding a Task Order (TO) under RFP N68335-26-R-1036, emphasizing a "best value" approach considering price and other factors. The evaluation will focus on Technical, Past Performance, Cost/Price, Small Business, and Cybersecurity Maturity Model Certification (CMMC). Technical and Past Performance are significantly more important than Cost/Price. Key personnel resumes will be evaluated on a pass/fail basis, and a fail rating renders the proposal unawardable. Past performance is assessed for recency, relevancy, and quality, leading to a confidence assessment. Cost/Price proposals will undergo realism and reasonableness analysis, with upward adjustments for unrealistic costs but no downward adjustments. Compliance with Small Business and CMMC requirements is mandatory for award eligibility.
Solicitation - N6833526R1036.pdf
PDF2443 KBMay 4, 2026
AI Summary
This government solicitation (N6833526R1036) is for Contractor Support Services (CSS) providing engineering and technical services to the Naval Air Warfare Center Aircraft Division, Lakehurst (NAWCADLKE) Prototype, Manufacturing, and Test Department (PMTD). It is a five-year Cost Plus Fixed Fee (CPFF) Task Order (TO) under the SeaPort-NxG Multiple Award Contract (MAC), comprising a base year and four option years. The estimated level of effort is 258,000 man-hours, with specific labor categories outlined. Key requirements include compliance with SAAR-N for IT access, proper identification of contractor personnel, and adherence to travel approval and reimbursement procedures. Organizational Conflicts of Interest (OCI) clauses are in place to prevent unfair competitive advantages. Deliverables must follow specific packaging and marking instructions, and inspection/acceptance will be performed by a Contracting Officer's Representative (COR). Payments will be processed through Wide Area WorkFlow (WAWF) as cost vouchers.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedApr 8, 2026
amendedLatest Amendment· Description UpdatedMay 4, 2026
deadlineResponse DeadlineMay 21, 2026
expiryArchive DateJun 5, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NAVAIR WARFARE CTR AIRCRAFT DIV

Point of Contact

Place of Performance

CAPE MAY CH, New Jersey, UNITED STATES

Official Sources