NAWCAD WOLF Aegis
ID: N0042125R0004Type: 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

INSTALLATION OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (N020)
Timeline
    Description

    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking capable firms to provide engineering, technical, logistics, integration, training, and testing support services for the AEGIS Radio Communication Systems (RCS) project, which is critical for shipboard installation on various U.S. Navy vessels. The procurement aims to ensure adequate competition and may include Small Business Set-Aside opportunities, as the current contract is set to expire in June 2026 and has only received one response in the previous competition. Interested businesses are encouraged to submit a capabilities statement by February 6, 2025, and may participate in an industry day on January 23, 2025, to gain further insights into the project requirements. For inquiries, contact Nicholas Suhosky at nicholas.a.suhosky.civ@us.navy.mil or Carolyn Emmart at carolyn.a.emmart.civ@us.navy.mil.

    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for the AEGIS Radio Communication Systems project, emphasizing the role of the Naval Air Warfare Center Aircraft Division (NAWCAD) and its organic Lead Systems Integrator® (oLSI®) model. The work encompasses the design, procurement, integration, testing, training, and support of Command, Control, Communications, Computers, and Intelligence (C4I) electronic systems for various U.S. Navy ships, including AEGIS destroyers and cruisers. Key components include engineering services that require the contractor to ensure compatibility with existing IT infrastructures, maintain secure work environments, and adhere to Department of Defense specifications. The contractor is expected to provide detailed technical data, including documentation for existing systems and equipment changes, as well as implement training support for Navy personnel. Moreover, the contract stipulates requirements for work locations, teleworking options, progress reporting, compliance with security protocols, and quality management systems. The transition-out strategy is essential for ensuring continuity in mission performance with minimal disruption while facilitating data transfer to incoming contractors. The document serves as a comprehensive guide for prospective contractors to understand the specific responsibilities and expectations associated with the project, thereby ensuring successful execution and adherence to military standards.
    This government file outlines various labor categories, levels, and associated hours and terms for personnel in technical fields such as computer engineering, electrical engineering, and project management. It details roles including Computer Hardware Engineers, Electrical Engineers, and specialists in financial and management analysis, among others, specifying work locations (on-site and off-site) and total hours allocated. For instance, junior-level computer hardware engineers working off-site are assigned 1,752 hours, whereas senior electrical engineers on-site entail up to 14,016 hours. Additionally, the file includes overtime rates for certain positions, highlighting the extensive workforce requirements for these projects. The document's primary purpose is to provide detailed staffing requirements as part of federal requests for proposals (RFPs) and grants, ensuring the necessary workforce is available for various engineering and technical operations. This comprehensive staffing outline serves to facilitate project planning and resource allocation while adhering to specific government contracting standards and labor classifications. Overall, it underscores the importance of adequately staffing projects to meet federal guidelines while maintaining operational efficiency across various locations.
    The document in question outlines a federal Government Request for Proposals (RFP) focused on funding mechanisms aimed at enhancing community engagement in various local and state initiatives. The primary goal is to promote collaboration between federal agencies and local governments to develop innovative solutions that address community needs effectively. The RFP emphasizes the necessity for proposals to include strategies for participation from diverse community members and highlight measurable outcomes for success. Key components of the RFP include the evaluation criteria for proposals such as feasibility, sustainability, and potential impact on targeted populations. Additionally, it specifies the budgetary constraints that applicants must consider and the timeline for project implementation. Proposals must adhere to certain compliance standards and include a detailed plan outlining how the funds will be utilized. This initiative reflects the federal government's commitment to empowering local entities by providing them with the requisite resources to foster civic participation and community development while ensuring accountability and transparency in the use of public funds. Overall, the document serves as a critical resource for organizations seeking federal support for local initiatives that align with broader governmental objectives.
    The NAVAIR-Industry Communication Plan outlines guidelines for effective communication between the Naval Air Systems Command (NAVAIR) and industry partners during competitive procurements. Designed to enhance understanding of government requirements and foster collaboration, this plan emphasizes the importance of transparent communication throughout various procurement phases: Requirement Generation, Solicitation Process, Proposal Evaluation, and Debriefs/Protests. Key elements include the intent and responsibilities of both the government and industry in each phase. For instance, during Requirement Generation, the government seeks to comprehend industry capabilities, while industry aims to clarify government needs and propose viable solutions. The plan also highlights the critical nature of early communication, advising NAVAIR to share draft requirements and timelines to align expectations. As the procurement progresses, roles shift; the government prioritizes reviewing proposals and establishing contracts, with industry focused on submitting competitive bids. Following contract awards, the government provides detailed debriefs to unsuccessful bidders to explain assessment outcomes and foster improvement for future submissions. Overall, this plan underscores that effective communication leads to better procurement outcomes, ultimately benefiting the warfighter through improved collaboration and understanding between the government and its industrial partners.
    The document is a Base Access Form used for requesting access to a military facility, specifically for the NAWCAD WOLF SAIW Division Industry Day concerning the Aegis program. It requires detailed personal information including the full name, title, social security number, military affiliation, and contact details of the applicant. Additionally, it inquires whether the applicant's company is U.S.-incorporated and if it is foreign-owned. The form captures the purpose of the visit, the dates, anticipated building access, and whether classified access is required. The point of contact for further inquiries is identified as Brian Channell, and submittal of clearance information is mandated if classified access is sought. Overall, this form streamlines the process of granting access for industry participants engaging with government programs, reflecting the need for compliance and security in federal engagements.
    Lifecycle
    Title
    Type
    NAWCAD WOLF Aegis
    Currently viewing
    Sources Sought
    Similar Opportunities
    AEGIS Fielding and Sustainment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking contractors to provide engineering support, software development, in-service maintenance, integration, logistics, and fielding support for the AEGIS combat system configurations that have already been delivered or are in the process of being delivered to the U.S. Navy fleet. This contract, titled "AEGIS Fielding and Sustainment," is critical for ensuring the operational readiness and effectiveness of the AEGIS fire control systems, which play a vital role in naval defense capabilities. Interested parties can reach out to primary contact Daniel Kittrell at daniel.m.kittrell.civ@us.navy.mil or by phone at 202-781-5405, or secondary contact Zachary Cooper at zachary.h.cooper2.civ@us.navy.mil or 202-781-0676 for further details regarding this opportunity.
    AN/SPY-6(V) Production RFI/Sources Sought - Copy 1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is conducting a Sources Sought notice for the AN/SPY-6(V) Production, aimed at gathering market research and industry feedback for this radar equipment initiative. The procurement seeks engineering services related to the production of the AN/SPY-6(V) radar system, which plays a critical role in enhancing naval capabilities and defense systems. An Industry Day is scheduled for 15 December 2025, where interested parties can provide feedback on the draft solicitation documents, with a deadline for comments set for 19 January 2026. Companies wishing to attend must notify the primary contacts, Alexander Gosnell and Spencer Bryant, by email, and are limited to three in-person attendees. For further inquiries, contact details are provided: Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil, 202-781-2446) and Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil, 202-781-4113).
    AN/SPY-6(V) Production RFI/Sources Sought - Copy 2
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is conducting a Sources Sought notice for the AN/SPY-6(V) Production, aimed at gathering market research and industry feedback. This opportunity is focused on the procurement of radar equipment, specifically under the NAICS code 334515, which pertains to Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals. The AN/SPY-6(V) system is critical for naval operations, enhancing the Navy's radar capabilities and overall defense systems. Interested companies are encouraged to attend an Industry Day on December 15, 2025, from 1200-1400 EST at 20 M Street, Washington DC, with a maximum of three in-person attendees per company. For further inquiries, contact Alexander Gosnell at alexander.b.gosnell.civ@us.navy.mil or Spencer Bryant at spencer.m.bryant2.civ@us.navy.mil.
    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.
    Radar Equipment
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small business vendors to establish Blanket Purchase Agreements (BPAs) for radar equipment, specifically under the NAICS code 334511. This procurement aims to streamline the acquisition of commercial items necessary for supporting various naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors are invited to submit their capabilities statements and required documentation by March 11, 2026, to be considered for inclusion in the BPA program, which will operate under simplified acquisition procedures with a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.
    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.
    DRAFT Combined Synopsis/Solicitation: Next Generation Surface Search Radar (NXSSR)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to provide a Next Generation Surface Search Radar (NXSSR) system to replace outdated radar systems currently in use across 13 cutter platforms and 113 Vessel Traffic Service (VTS) remote sites. The procurement aims to enhance collision avoidance, navigation, and situational awareness in the maritime environment by implementing a scalable, IMO-certified Shipborne Surveillance Radar system that integrates with existing navigation systems and complies with various national and international standards. This initiative is critical for modernizing the Coast Guard's capabilities to address emerging maritime threats and challenges. Interested parties should submit their responses, including comments on the draft documents, to Amanda R. Barraclough at Amanda.R.Barraclough2@uscg.mil or Christina M. Grimstead at christina.m.grimstead@uscg.mil, with a minimum contract guarantee of $10,000 and a maximum ceiling of $49,000,000 over a ten-year period. Questions regarding the solicitation are due by December 15, 2025.
    AN/SPY-6(V) Production RFI/Sources Sought
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is issuing a Sources Sought Request for Information (RFI) regarding the production of the AN/SPY-6(V) radar systems, which are critical for naval vessels including Arleigh Burke Class Destroyers and aircraft carriers. The procurement aims to competitively award a multi-award Indefinite Delivery Indefinite Quantity (IDIQ) contract for the production and support of various SPY-6 radar variants, with an anticipated award date as early as FY27 and no later than FY28. These radar systems are designed to enhance air and missile defense capabilities, utilizing modular and scalable technology to meet diverse operational requirements. Interested parties are encouraged to submit their intent to participate in upcoming industry days and provide feedback on the draft solicitation by specified deadlines, with key contacts being Spencer Bryant and Alexander Gosnell for further inquiries.
    AN-ARC-210(V)/Mission Systems Management Activity (MSMA) BOA
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to negotiate and award a sole source Basic Ordering Agreement (BOA) to Collins Aerospace for the procurement of supplies and services that support the Mission Systems Management Activity (MSMA) Common Cockpit System (CCS) and associated support equipment and software. The procurement includes a range of services such as repair and modification, spare parts, development of support equipment, and engineering support for systems including the Control Display Unit, Multi-Function Display, and Tactical Air Navigation System. This acquisition is critical for maintaining and enhancing the capabilities of the AN/ARC-210(V) systems, with the government emphasizing that Collins Aerospace is the only known source capable of fulfilling these requirements. Interested parties may express their interest and capability by contacting Kassidy Cross at kassidy.a.cross.civ@us.navy.mil by December 17, 2025, at 1400 EST, although this notice is not a request for proposals.
    USS AUGUSTA (LCS 34) FY26 DSRA
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the USS AUGUSTA (LCS 34) FY26 Docking Selected Restricted Availability (DSRA) under solicitation N00024-26-R-4420. The procurement aims to secure a contractor capable of executing comprehensive maintenance, modernization, and repair tasks, which include providing necessary materials, support, and facilities, as well as managing an integrated milestone plan for various work items such as missile launching system refurbishment. This contract is critical for ensuring the vessel's operational readiness and will be awarded to a single contractor, as market research indicates a lack of small business competition for this complex requirement. Interested parties should contact the Contract Specialist, Jack Klipfel, at jack.a.klipfel.civ@us.navy.mil or the Contracting Officer, Brian Romano, at brian.c.romano.civ@us.navy.mil for further details and to request access to necessary attachments, with the anticipated award date around May 2026.