Pre-Solicitation Notice for RPA Development and Training Support - N66001-25-R-0064
ID: N66001-26-R-0007Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNIWC PACIFICSAN DIEGO, CA, 92152-5001, USA

PSC

IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)

Set Aside

Women-Owned Small Business (WOSB)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, is preparing to solicit proposals for RPA Development and Training Support under the pre-solicitation notice N66001-25-R-0064. This procurement aims to enhance capabilities in the development and training of Remotely Piloted Aircraft (RPA), which are critical for various defense operations. The opportunity is set aside for Women-Owned Small Businesses (WOSB), emphasizing the government's commitment to supporting diverse business participation. Interested vendors can reach out to Derek Barnhart at derek.d.barnhart.civ@us.navy.mil or call 619-553-9097 for further details as they prepare for the upcoming solicitation.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    Robotic Process Automation (RPA) Bot Development and Delivery
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Pacific, is seeking proposals for the development and delivery of Robotic Process Automation (RPA) bots. The primary objective of this procurement is to enhance RPA and Artificial Intelligence (AI) technologies to improve operational efficiency, requiring expert-level support for the design, development, and initial configuration of automation solutions that are compatible with existing UiPath and Microsoft environments. This initiative is crucial for streamlining processes within the Navy's operations, and it may also involve incidental services such as training and briefings. Interested parties, particularly Women-Owned Small Businesses (WOSB), should direct their questions to Derek Barnhart at derek.d.barnhart.civ@us.navy.mil and Paul Toledo at paul.h.toledo2.civ@us.navy.mil by December 29, 2025, at 12:00 PM Pacific Standard Time, as all inquiries will be addressed through solicitation amendments.
    RDTE Program Technical Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the NAVFAC Systems and Expeditionary Warfare Center, is soliciting proposals for technical services related to its Research, Development, Testing, and Evaluation (RDT&E) program. The contractor will provide essential support focused on Navy-driven research needs concerning at-sea compliance and permitting, ensuring uninterrupted training and testing in accordance with relevant environmental laws and regulations. This opportunity is set aside for Women-Owned Small Businesses (WOSB) and includes a base contract period of one year with four additional option years, with proposals due by January 6, 2026. Interested vendors should contact Nicole Mendes at nicole.mendes@navy.mil or Ryan J. Kenniff at ryan.j.kenniff.civ@us.navy.mil for further details.
    FY27-FY32 Basic Ordering Agreement (BOA) and Indefinite Delivery Indefinite Quantity (IDIQ) contract for MQ-9A Block 5 Reaper Support
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking information from potential sources for a Basic Ordering Agreement (BOA) and Indefinite Delivery Indefinite Quantity (IDIQ) contract to support the MQ-9A Block 5 Reaper Unmanned Aircraft System (UAS). The procurement aims to provide essential materials, spares, support equipment, training, engineering support, and logistics necessary for the operation and maintenance of the Marine Air Ground Task Force (MAGTF) Unmanned Aircraft Systems (UAS) Expeditionary Medium Altitude Long Endurance (MALE) program. This initiative is critical for ensuring the operational readiness and capability of the MQ-9A aircraft, which plays a vital role in military operations by facilitating real-time intelligence and mission-critical communications. Interested parties are encouraged to submit their capability statements by January 17, 2026, to Tiffany Horty at tiffany.a.horty.civ@us.navy.mil, as the government will consider all submissions for potential competitive procurement opportunities.
    Unmanned Maritime Systems (UMS) Support
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is soliciting proposals for support related to Unmanned Maritime Systems (UMS) under the Seaport NxG Multiple Award Contract (MAC). This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and requires that only holders of the Seaport MAC are eligible to submit proposals. The UMS support services are critical for enhancing naval operations and capabilities, reflecting the increasing reliance on unmanned systems in maritime environments. Interested parties must submit their responses via the PIEE Solicitation Module by January 16, 2026, at 4 PM CST, and can reach out to Melissa Ryan at melissa.m.ryan12.civ@us.navy.mil or Matthew Hammond at matthew.a.hammond4.civ@us.navy.mil for further inquiries.
    Drone Dominance Program Phase I - Request for Solutions
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is initiating the Drone Dominance Program Phase I, a solicitation aimed at acquiring one-way attack small unmanned aerial systems (sUAS) to enhance ground combat capabilities. This program seeks to provide low-cost, scalable drone solutions that are resilient and capable of meeting the evolving demands of modern warfare, addressing historical challenges in traditional acquisition timelines. The initiative represents a significant shift in procurement strategy, focusing on purchasing demonstrated capabilities through competitive Gauntlet test events, with a total funding of $1.1 billion allocated for prototype orders over four phases in the next two years. Interested vendors can reach out to primary contact Jordan Schnarr at jordan.m.schnarr.civ@us.navy.mil or secondary contact Alex Collier at alex.o.collier.civ@us.navy.mil for further details on participation and requirements.
    UAS Drone Blue Cleared or Select lists compliant BPA
    Dept Of Defense
    The Department of Defense, specifically the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for Small Unmanned Aircraft Systems (sUAS) and associated repair parts. Interested vendors must be authorized distributors of drones listed on the Blue UAS Cleared or Select lists, which are compliant with current laws and validated as cyber-secure for Department of Defense operations. This procurement is crucial for meeting the evolving mission needs of DoD users and is set aside exclusively for small businesses, with no current funding available for proposal preparation. Interested parties should submit their responses electronically, including required documentation, to the designated contacts by referencing “FY25-30 Small Unmanned Aircraft System (sUAS) Blanket Purchase Agreement (BPA)” in the subject line.
    Small Unmanned Aircraft Systems (sUAS) for the United States Marine Corps
    Dept Of Defense
    The Department of Defense, specifically the United States Marine Corps, is seeking information from vendors regarding Small Unmanned Aircraft Systems (sUAS) that are commercially available and compliant with recent legislative requirements. The primary objective is to assess potential suppliers capable of providing low-cost, high-volume sUAS solutions, particularly those with First Person View (FPV) capabilities, to support reconnaissance, surveillance, and target acquisition missions. This procurement is critical for enhancing operational capabilities, with an emphasis on rapid production scalability, as the Marine Corps aims to acquire up to 5,000 units within six months and 10,000 units within twelve months, with initial deliveries expected by April 2026. Interested parties must submit their responses, including detailed technical specifications and cost breakdowns, to the designated contacts, Hannah Cha and Kristen Ferro, via email by the specified deadline.
    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.
    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.
    1680 - Performance Based Logistics support of the Navy HMH-60R (Romeo) and MH-60S (Sierra) aircraft.
    Dept Of Defense
    The Department of Defense, through NAVSUP Weapon Systems Support, is soliciting proposals for a five-year Performance Based Logistics (PBL) contract to support the U.S. Navy's MH-60R and MH-60S aircraft, as well as provide supply support for the U.S. Coast Guard and foreign military sales customers. The contract, designated N00383-26-R-E901, will encompass a range of contractor responsibilities including repair, replacement, overhaul, modification, warehousing, and inventory management, all aimed at enhancing reliability and reducing total ownership costs. This initiative is critical for maintaining the operational readiness of these aircraft, which play a vital role in naval operations. Interested contractors should contact Christian Ingerson at 717-686-1553 or via email at christian.j.ingerson.civ@us.navy.mil for further details, with the contract execution period running from February 2027 to January 2032.