NAWCAD WOLF ASI Division Naval Avionics Platform Integration Emulator (NAPIE)
ID: N00421-25-R-0046Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTER AIR DIVPATUXENT RIVER, MD, 20670-1545, USA

NAICS

Engineering Services (541330)

PSC

NATIONAL DEFENSE R&D SERVICES; DEFENSE-RELATED ACTIVITIES; APPLIED RESEARCH (AC32)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking contractors to provide support for the Naval Avionics Platform Integration Emulator (NAPIE) project, which includes technical development planning, design, prototyping, equipment integration, and testing. This procurement aims to enhance the rapid prototyping of military and civilian avionics technologies, aligning with the Chief of Naval Operations’ Navigation Plan (NAVPLAN) and ensuring compliance with Department of Defense specifications. Interested contractors currently on-boarded in the RAPID MAC Pool 6 are encouraged to express their intent to bid on this forthcoming Request for Offer (RFO), with submissions due by 12:30 PM EST on July 21, 2025. For further inquiries, interested parties may contact Emilee Pierce at emilee.n.pierce.civ@us.navy.mil or Amy Davis at amy.g.davis.civ@us.navy.mil.

    Files
    Title
    Posted
    The Statement of Work (SOW) for the Naval Avionics Platform Integration Emulator (NAPIE) outlines the responsibilities and requirements for the contractor hired to support the Naval Air Warfare Center Aircraft Division (NAWCAD). The NAPIE project focuses on advancing platform integration tools to enhance the rapid prototyping of military and civilian avionics technologies, conducting design, development, equipment integration, and testing with a view towards fulfilling immediate fleet needs and supporting the Chief of Naval Operations’ Navigation Plan (NAVPLAN). The contractor is responsible for adhering to various DoD specifications and standards, ensuring security clearances, maintaining a flexible work environment split between government and contractor sites, and following strict reporting and documentation processes including regular progress reports. The contract emphasizes collaborative development, technological adaptability, and comprehensive quality oversight to ensure effective service delivery while managing intellectual property rights in alignment with military objectives. This SOW is part of broader federal and state contracts aimed at enhancing military capabilities through cutting-edge technology while ensuring compliance with security and operational protocols.
    The document outlines a detailed labor category breakdown for a government Request for Proposals (RFP) and related grants, specifying on-site and off-site regular hours for various occupations. Key roles include Administrative Assistants, Computer Systems Analysts, Engineers (Electrical, Mechanical), and Software Developers, categorized by experience levels ranging from junior to senior positions. Each category includes specified work hour totals across five years, summing up to 298,035 hours in total. The document emphasizes the importance of structured labor allocation, highlighting how many hours each position is expected to contribute yearly. This data is crucial for understanding resource requirements and workforce planning in response to government needs, reflecting a systematic approach to project management in federal and local engagements. Overall, this document plays a vital role in ensuring that contractual obligations meet the strategic objectives of government projects.
    Lifecycle
    Similar Opportunities
    SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to issue a competitive solicitation for the Surface Electronic Warfare Improvement Program (SEWIP) AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration. This procurement aims to support the design, development, fabrication, integration, and maintenance of the AN/SLQ-32(V) systems and subsystems, which are critical for early detection, signal analysis, and protection against anti-ship missiles. The anticipated contract will be structured as an Indefinite Delivery Indefinite Quantity-Multiple Award Contract (IDIQ-MAC) with a base period of approximately five years, potentially extending for an additional five years. Interested parties should monitor SAM.gov for the release of the Request for Proposal (RFP) expected in January 2026 and may contact Ryan Brophy or Peter Brown for further inquiries regarding the pre-solicitation artifacts and requirements.
    Aircraft Carrier Readiness Support
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking contractors for the Aircraft Carrier Readiness Support contract, aimed at enhancing the operational readiness of U.S. Navy aircraft carriers. This procurement involves providing professional engineering assistance, including technical expertise, logistics coordination, and quality assurance, to support the maintenance and modernization of the USS Nimitz (CVN 68) and USS Gerald R. Ford (CVN 78) class carriers. The contract is crucial for ensuring that these vessels are mission-capable and ready for deployment, aligning with the Navy's operational requirements. Interested parties should note that the solicitation is expected to be available around February 1, 2026, with a total contract period anticipated from August 1, 2026, to July 30, 2031. For inquiries, contact Jill Joscelyn at jill.h.joscelyn-smith.civ@us.navy.mil or call 757-443-1219.
    Request for Information: Collaborative Integrated Air and Missile Defense requirements
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Systems Command (NAVWAR), is seeking industry input for the Collaborative Integrated Air and Missile Defense (IAMD) Planning Program. This Request for Information (RFI) aims to gather innovative software solutions, particularly those utilizing Artificial Intelligence (AI), to enhance IAMD planning capabilities for the U.S. Navy, including mission analysis, Course of Action (COA) development, and execution transition. The information collected will support the development, prototyping, production, and sustainment of software solutions that integrate with existing Navy systems. Interested parties are invited to submit white papers detailing their solutions and strategies by November 3, 2025, and may contact Rachel Jimenez at rachel.r.jimenez5.civ@us.navy.mil or Christopher Auen at christopher.d.auen.civ@us.navy.mil for further inquiries.
    66--COMPUTER,FLIGHT CON - AND OTHER REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of flight control computers and other replacement parts. The procurement aims to ensure that these critical components are restored to a Ready for Issue (RFI) condition, adhering to stringent quality and inspection standards as outlined in the Statement of Work. These components are vital for the operational readiness of naval aviation systems, underscoring their importance in maintaining national defense capabilities. Interested contractors should direct inquiries to Dina Wojciechowski at 215-697-1219 or via email at DINA.M.WOJCIECHOWSKI.CIV@US.NAVY.MIL, with proposals due by the specified deadline.
    17--NRP,FLAT PANEL A033, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the NRP Flat Panel A033, a critical component used in aircraft ground servicing equipment. The procurement requires contractors to adhere to stringent quality and inspection standards, as the items are classified as Flight Critical, necessitating engineering source approval from the Naval Air Systems Command. This contract is vital for maintaining operational readiness and safety in shipboard systems that support aircraft launch and recovery operations. Interested contractors must submit their proposals and source approval requests by the specified deadline, and can direct inquiries to Kimberly Flores at 215-697-6549 or via email at kimberly.flores12.civ@us.navy.mil.
    Citrix Brand Name Virtual Apps / Software Subs
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking proposals from qualified small businesses for the procurement of Citrix Brand Name Virtual Apps and associated software subscriptions. The requirement includes 30 units of Citrix for Private Cloud, 2 units of ADC VPX-FIPS Software Subs (Fixed Model) Premium 5Gbps, and 30 units of Citrix US 24/7 Support, all designated as "TRUSTED PRODUCT," to support the Prototype, Manufacturing, and Test Division in Lakehurst, NJ. This procurement is critical for ensuring reliable software and support services for military operations, with a firm-fixed-price contract anticipated to be awarded for a performance period from January 1, 2026, to December 31, 2026. Interested vendors must submit their proposals electronically by 4:00 PM EDT on December 16, 2025, to Eric Daly at eric.m.daly6.civ@us.navy.mil, ensuring compliance with all outlined requirements.
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Intelligence, Surveillance, and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). This procurement aims to develop and field advanced ISR systems that enhance communication, surveillance, and security capabilities while addressing evolving threats, including support for unmanned systems related to chemical, nuclear, biological, and radiological elements. The anticipated contract will involve multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with a seven-year ordering period, and the final RFP is expected to be released no earlier than November 21, 2025. Interested parties can reach out to Carl Odom at carl.n.odom.civ@us.navy.mil or by phone at 619-553-4454 for further information.
    Request for Information (RFI) / Sources Sought: Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center, is seeking information from industry regarding capabilities to provide Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support. This procurement aims to offer eligible foreign customers a comprehensive range of U.S. Security Cooperation solutions, including sustainment material, systems upgrades, technical support, and maintenance services for naval vessels and related infrastructure across various countries. Interested parties are encouraged to submit their expressions of interest, detailing their capabilities and responses to specific questions by 12 PM PDT on January 25, 2026, to the designated contacts, Jason Gavinski and Karen Smith, via the provided email addresses.
    Test, Engineering/Analysis Fleet Support
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, Dahlgren Division (NSWCDD), is seeking qualified SEAPORT MAC holders to provide Test, Engineering/Analysis, and Fleet Support services for NSWCDD and Dam Neck Activity (DNA). The procurement aims to enhance integrated combat systems through expert engineering and technical support, which are critical for maintaining operational readiness and effectiveness. Interested firms must register for PIEE accounts to receive solicitations and submit proposals, as only SEAPORT MAC holders are eligible for award under this solicitation. For further inquiries, interested parties can contact Samantha Price at samantha.l.price22.civ@us.navy.mil or by phone at 540-742-1711.
    NAWCWD FY25 Long Range Acquisition Forecast (LRAF)
    Dept Of Defense
    The Naval Air Warfare Center Weapons Division (NAWCWD) has announced its Fiscal Year 2025 Long Range Acquisition Forecast (LRAF), outlining anticipated contract requirements for various engineering services. This Special Notice serves as an informational guide detailing 26 upcoming contract opportunities, which include projects such as the production of MK-84 modified bomb bodies and the development of advanced weapon system technologies, with expected contract values ranging from under $2 million to over $250 million. These contracts are crucial for enhancing national defense capabilities and advancing military technology, with procurement methods including sole-source awards, small business set-asides, and full and open competitions. For further inquiries, interested parties can contact Kim Matsunaga at kim.s.matsunaga.civ@us.navy.mil or (760) 793-3657, noting that the information provided is subject to change and not binding on the Government.