Research, Development, Test and Evaluation (RDT&E) Engineering and Technical Support (RETS)
ID: MSW11102025Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEWASHINGTON HEADQUARTERS SERVICES (WHS)WASHINGTON HEADQUARTERS SERVICESWASHINGTON, DC, 203011000, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

GENERAL SCIENCE & TECHNOLOGY R&D SVCS; GENERAL SCIENCE & TECHNOLOGY; EXPERIMENTAL DEVELOPMENT (AJ13)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking information from firms capable of providing Research, Development, Test, and Evaluation (RDT&E) Engineering and Technical Support (RETS) as part of a Sources Sought Notice. The procurement aims to identify potential contractors who can deliver expertise in seven critical areas, including mission engineering, systems engineering, software engineering, prototyping, modeling & simulation, operations research, and data management, all vital for U.S. security initiatives. This opportunity is particularly significant as it may lead to a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract valued between $1.0 billion and $1.7 billion, with an anticipated award date in August 2026. Interested parties must submit their capability statements by December 10, 2025, and can contact Aubrey McKinney or Matthew Wetzel for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement outlines a non-personal services contract for the Office of the Undersecretary of War for Research and Engineering (OUSW(R&E)) to provide Research, Development, Test and Evaluation (RDT&E) Engineering and Technical Support (RETS). This Indefinite Delivery/Indefinite Quantity (IDIQ) contract aims to cover a full spectrum of professional technical and engineering support for OUSW(R&E) and associated Department of War (DOW) mission requirements. The support is categorized into seven key areas: Mission Engineering, Systems Engineering, Software Engineering & Developmental Test and Evaluation (T&E); Prototyping, Experimentation, and Demonstration; Modeling & Simulation; Operations Research; Science and Technology (S&T) Research and Assessment; Data Management & Analysis; and Ad-Hoc Surge Support. The contract has a five-year ordering period, with potential for a 50% ceiling increase. It details contractor responsibilities for quality control, security requirements, key personnel, travel, data rights, and organizational conflict of interest, ensuring comprehensive and secure support for critical U.S. security initiatives.
    The Department of War (DoW), Washington Headquarters Services Acquisition Directorate (WHS/AD), has issued a Sources Sought Notice (SSN) for market research purposes, seeking information on firms capable of providing Research, Development, Test, and Evaluation (RDT&E) Engineering and Technical Support (RETS). This is not a solicitation but aims to determine market availability, interest, and capabilities for a potential Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The estimated value ranges from $1.0B to $1.7B, with an anticipated award date of August 2026. The DoW encourages responses from all businesses, especially small businesses, to help determine the appropriate acquisition strategy. The scope of work includes mission engineering, systems engineering, software engineering, developmental T&E, prototyping, experimentation, demonstration, modeling & simulation, operations research, science and technology (S&T) research, assessment research, data management & analysis, and ad-hoc surge support. Firms must demonstrate capabilities in six critical task elements and possess or obtain Top-Secret Facility Security Clearances and personnel clearances up to TS/SCI. Capability statements are due by December 10, 2025, and should detail administrative information, technical capabilities, and subcontracting intentions.
    Similar Opportunities
    IM&T Program, Project, Data Management, Business Intelligence Support Services and Software Development & Sustainment Indefinite Delivery/Indefinite Quantity (IM&T IDIQ)
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Information Management and Technology (IM&T) support services. The contract will focus on three primary areas: Program and Project Management, Software Development and Sustainment, and Data Management and Business Intelligence, aimed at modernizing digital infrastructure and business systems to enhance global Security Cooperation efforts. This initiative is critical for managing IT initiatives, developing software, integrating systems, and providing advanced analytics to support mission-driven decision-making. Interested firms must submit capability statements by December 31, 2025, at 1:00 PM EDT, via email to the primary contact, Darrell Joy, at darrell.l.joy2.civ@mail.mil, or the secondary contact, Anaya Porter, at anaya.a.porter.civ@mail.mil.
    Systems Engineering Research Center (SERC)
    Buyer not available
    The Washington Headquarters Services (WHS), on behalf of the Systems Engineering Research Center (SERC), intends to increase the ceiling price of its current Indefinite Delivery Indefinite Quantity (IDIQ) contract from $70,662,363.36 to $110,662,363.36. This contract is dedicated to supporting research and development for the intelligence and security community, focusing on advanced systems engineering practices and technologies that address the full spectrum of Department of Defense (DoD) systems. The work encompasses a wide range of areas, including capability areas, enterprise systems, and cyber-physical systems, ensuring systems engineering excellence throughout the systems lifecycle. For further inquiries, interested parties may contact Christina L. Gess at christina.l.gess.civ@mail.mil or Joelle J. Faucher at joelle.faucher@whs.mil.
    Reverse Engineering, Science, and Technology for Obsolescence, Restoration, and Evaluation (RESTORE) Laboratory Engineering Services
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting proposals for engineering services under the Reverse Engineering, Science, and Technology for Obsolescence, Restoration, and Evaluation (RESTORE) Laboratory. The procurement aims to provide comprehensive research, development, simulation, evaluation, and engineering services for manned and unmanned Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance, and Reconnaissance (C5ISR) platforms, which are critical for national defense operations. This contract, classified under NAICS code 541330, has a size standard of $47 million and is set aside for 8(a) competed firms, emphasizing the importance of innovation and sustainment in C5ISR capabilities. Interested parties must submit questions by November 19, 2025, and proposals by December 15, 2025, with inquiries directed to Melissa Tell at melissa.k.tell.civ@us.navy.mil or Emily Green at emily.f.green.civ@us.navy.mil.
    U.S. Army Space and Missile Defense Command Reagan Test Site (RTS) Operations, Sustainment, Improvement, and Engineering (ROSIE) Follow-On Requirements – RFI Special Notice
    Buyer not available
    The U.S. Army Space and Missile Defense Command (USASMDC) is issuing a Request for Information (RFI) regarding the follow-on requirements for the Reagan Test Site (RTS) Operations, Sustainment, Improvement, and Engineering (ROSIE) contract. This RFI aims to gather market research and planning insights for anticipated contractor support services at the RTS, which is critical for ballistic missile testing and space operations, located on Kwajalein Atoll and in Huntsville, Alabama. Key requirements include security clearances, mission support for various technical services, and addressing challenges posed by the remote and corrosive environment of Kwajalein. Responses to this RFI are due by December 17, 2025, and interested U.S. companies should direct inquiries to Shasta A. Davis or Tiffany N. Kimbrough via the provided email address.
    Defense Science Board (DSB) Summer Study Support Services
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking sole source support services for the Defense Science Board (DSB) Summer Study. This procurement involves a 10-month firm-fixed-price contract to provide professional analytical and administrative support services for the DSB and its Office while a re-compete is underway. The services are critical as they are currently available from only one responsible source, ensuring that the agency's specific needs are met without interruption. Interested parties can reach out to Nia Holloway at nia.m.holloway.civ@mail.mil or Eric Darby at eric.u.darby.civ@mail.mil for further inquiries, noting that this notice is not a request for proposals or quotes.
    RDTE Program Technical Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the NAVFAC Systems and Expeditionary Warfare Center, is seeking a contractor to provide technical services for an applied Research, Development, Testing, and Evaluation (RDT&E) program focused on Navy-driven research needs related to at-sea compliance and permitting. The contractor will be responsible for generating communication products and facilitating meeting planning and documentation, ensuring adherence to relevant environmental laws and regulations such as the National Environmental Policy Act and the Marine Mammal Protection Act. This procurement is particularly significant as it supports the Navy's ability to conduct uninterrupted at-sea training and testing, with a contract term of one year starting in 2026, plus four option years. Interested women-owned small businesses are encouraged to submit pricing quotes and technical capability statements, with inquiries directed to Nicole Mendes at nicole.mendes@navy.mil or Ryan J. Kenniff at ryan.j.kenniff.civ@us.navy.mil.
    Enterprise Occupation Structure and Standards Development Support Services
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified firms to provide Enterprise Occupation Structure and Standards Development Support Services for the Office of the Under Secretary of Defense for Intelligence and Security (OUSD(I&S)) Human Capital Management Office (HCMO). The objective of this procurement is to develop and validate an enterprise occupation structure and standards for intelligence, security, and law enforcement work roles within the Defense Intelligence and Security Enterprise (DISE), which includes creating a work role taxonomy, defining tasks and competencies, and establishing minimum qualifications through job analysis. This contract, anticipated to start in January 2026, will be a firm-fixed-price agreement with a base period of 12 months and four additional option periods, requiring interested firms to possess a Top Secret Facility Clearance and submit a Capabilities Statement by October 15, 2025. For further inquiries, interested parties may contact Chrissandra Smith at Chrissandra.smith.civ@mail.mil or Brandon Johnson at brandon.n.johnson24.civ@mail.mil.
    Research and Studies for the Office of Net Assessment
    Buyer not available
    Solicitation from the DEPT OF DEFENSE, WASHINGTON HEADQUARTERS SERVICES (WHS) is seeking research and studies for the Office of Net Assessment. This service is typically used for conducting analysis and assessments to support the Department of Defense's strategic planning and decision-making processes. Proposals must be submitted via email to whs.pentagon.ad.mbx.net-assessment@mail.mil, with specific subject headings and deadlines specified in the schedule. Hard copies will not be accepted.
    Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
    Buyer not available
    The Department of Defense is seeking innovative approaches for its Bridge to Evolution STE TESS (BEST) Multi-Award Contract (MAC). The objective is to enhance and extend the functionality of the Army's tactical engagement simulation systems (TESS), aligning them with evolving training requirements. This procurement is divided into two lots. Lot 1 involves modifying existing TESS equipment to meet updated Army specifications, focusing on adaptability and future expansion. Lot 2 centers on developing and producing new TESS solutions, including dismounted, vehicle-mounted, and shoulder-launched munition systems. The government seeks to integrate emerging STE LTS TESS technology with the existing MILES TESS ecosystem, encouraging vendors to propose adaptable procedures and processes. The scope of work encompasses software and hardware modifications, production and delivery of TESS kits, and integration with the STE LTS TESS platform. The government aims to foster competition by avoiding solution-specific proposals and encouraging creativity in meeting the outlined objectives. Potential offerors are invited to provide feedback on the Draft Request for Proposal (DRFP), which outlines the requirements, Statement of Work (SOW), and evaluation criteria. The government seeks to revise and finalize the RFP based on industry responses, emphasizing efficiency and the removal of unnecessary requirements. Offerors should possess the capabilities and expertise to modify and produce TESS solutions, with a focus on past performance and technical merit. The contract is anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ) vehicle, attracting multiple awardees. The primary contact for this opportunity is Gloria Susie Hoybach, with additional inquiries directed to Roberto J. Gotay and Rafael A. Manzano. The deadline for feedback submission is 12:00 PM EST on 3rd June 2024, with the government aiming to release the final RFP shortly afterward. For this BEST MAC initiative, the Army seeks adaptable and cost-effective TESS solutions, leveraging industry feedback to shape the acquisition process.
    Biomedical Research Application Evaluation and Support Services (BRAES)
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is conducting a Sources Sought notice for Biomedical Research Application Evaluation and Support Services (BRAES) to support the Congressionally Directed Medical Research Programs (CDMRP). The objective is to gather information on industry capabilities to assist in managing biomedical research funding, emphasizing a two-tier review process and the development of a Quality Control Plan, while utilizing government-furnished systems for application processing and award management. Interested vendors must submit their responses by 5:00 p.m. Eastern Time on December 8, 2025, to Ms. Deanna S. Moose at deanna.s.moose.civ@health.mil, with a maximum of 20 pages detailing their qualifications and experience relevant to the tasks outlined in the draft Performance Work Statement (PWS).