ContractSolicitation

NAWCAD WOLF ASI Secure Executive Network Software Support (SENSS)

DEPT OF DEFENSE N0042126R3005
Response Deadline
May 19, 2026
11 days left
Days Remaining
11
Until deadline
Set-Aside
No Set aside used
Notice Type
Solicitation

Contract Opportunity Analysis

The Naval Air Warfare Center Aircraft Division within the Department of the Navy is seeking Secure Executive Network Software Support (SENSS) to support the NAWCAD WOLF Airborne Systems Integration Division’s rapid capability software mission. The work covers software development, design, prototyping, testing, integration, installation, transition, and maintenance for cyber, Maritime Domain Awareness, situational awareness, and data management capabilities across manned and unmanned airborne platforms, along with related IT, documentation, training, configuration management, and cybersecurity support. The effort is being competed as a SeaPort NxG task order with a cost-plus-fixed-fee labor structure and cost-reimbursable other direct costs, over a five-year period plus a six-month extension with 796,828 total labor hours, and performance is split between government and contractor sites in Maryland. Security requirements include U.S. citizenship, a Top Secret facility clearance, and access controls reaching TS/SCI-related networks and systems, and proposals must be submitted electronically through PIEE as unclassified technical and cost/price volumes with an oral presentation; the submission deadline is May 19, 2026.

Classification Codes

NAICS Code
541330
Engineering Services
PSC Code
K016
MODIFICATION OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES

Solicitation Documents

34 Files
N00421-26-R-3005 AMD 0001.pdf
PDF2613 KBMay 8, 2026
AI Summary
This document is an amendment (0001) to Request for Offer (RFO) N00421-26-R-3005-0001 for Secure Executive Network Software Support (SENSS) for the Naval Air Warfare Center Aircraft Division (NAWCAD) at Patuxent River, MD. The RFO is an unrestricted competition for contractors with a current SeaPort NxG Multiple Award Contract (MAC). The contract type will be Cost-Plus-Fixed-Fee (CPFF) for labor, Cost Reimbursement for Other Direct Costs (ODCs), and Not Separately Priced (NSP) for data and Contractor Acquired Property (CAP). The effort requires a total of 723,880 man-hours over a base year and four option years. Key personnel substitutions require written approval, and all travel and material procurements are subject to specific approval procedures. Inspection and acceptance of services will be performed by the Contracting Officer's Representative (COR) at NAWCAD Webster Outlying Field (WOLF), St. Inigoes, MD.
Att 01 Statement of Work 26-R-3005 (SENSS) Rev 01_AMD 01.pdf
PDF314 KBMay 8, 2026
AI Summary
The Statement of Work (SOW) outlines requirements for software development, IT support, and cybersecurity for the Naval Air Warfare Center Aircraft Division (NAWCAD) WOLF Airborne Systems Integration (ASI) Division. The contractor will support the full lifecycle of airborne capabilities, including development, design, prototyping, testing, integration, and maintenance of software, computers, and networks. This encompasses cyber, Maritime Domain Awareness, situational awareness, and data management. Key requirements include compliance with DoD security regulations, maintaining compatibility with Government IT environments, and adhering to specific work location and telework policies. Personnel must meet strict citizenship, investigative, and security clearance criteria, including Top Secret SCI. The SOW details support for software development, documentation, and testing, IT design, integration, administration, and network documentation. It also covers cyber assessment, accreditation, and resilience, emphasizing vulnerability mitigation and continuous monitoring. Product assurance, training, and configuration management are also critical, ensuring quality, proper operation, and version control. The contractor is responsible for managing personnel, subcontractors, and adhering to transition-out strategies.
Att 02 DD254 26-R-3005 (SENSS).pdf
PDF319 KBMay 8, 2026
AI Summary
This DD Form 254 outlines security classification specifications for a Department of Defense Request for Proposal (N00421-26-R-3005) related to operational and technical support for ASI Division products. The contractor will require a Top Secret facility security clearance and will safeguard classified information at the Secret level. Work involves access to SCI-related networks and systems handling up to Top Secret information, COMSEC components, JWICS, and SIPRNET, exclusively at government facilities. Key requirements include adherence to NISPOM, DoDI 5200.48 for CUI, and specific guidance for handling SCI, Non-SCI National Intelligence Information, NATO, and Foreign Government Information. The contractor must establish an OPSEC Program and obtain approval for any public release of information. NAWCAD SIO holds exclusive security responsibility for SCI material, with DCSA retaining oversight for facility clearance and collateral information outside Navy facilities.
Att 03 Authorized Key Personnel 26-R-3005 (SENSS).pdf
PDF225 KBMay 8, 2026
AI Summary
The document,
Att 04 CSWF Foundational Qualifications Matrix 26-R-3005 (SENSS).xlsx
Excel26 KBMay 8, 2026
AI Summary
This document outlines qualification requirements for various technical roles within Booz Allen Hamilton, categorized by proficiency levels: Basic, Intermediate, and Advanced. For each role—Network Operations Specialist, Systems Security Analyst, Security Control Assessor, Software Developer, Secure Software Assessor, Systems Developer, and R&D Specialist—it details educational prerequisites, DoD/Military training, and personnel certifications. A Bachelor of Science (BS) degree in relevant fields such as Information Technology or Computer Science from an accredited institution typically fulfills the educational requirement for Basic and Intermediate levels, while a Master of Science (MS) degree is required for Advanced levels. The document also lists specific certifications and training programs, with higher-level qualifications often satisfying lower-level requirements. This structured approach ensures personnel meet specific technical and educational standards for their respective roles within the company.
Att 18 Section L - Instructions Conditions and Notices 26-R-3005 (SENSS).pdf
PDF288 KBApr 23, 2026
AI Summary
This government Request for Offer (RFO) outlines instructions, conditions, and notices for an unrestricted competition to award a single Task Order (TO) under a SeaPort-NxG Multiple Award Contract. Offerors must submit unclassified proposals electronically through the PIEE system, adhering to strict formatting, page limits, and software compatibility requirements. The RFO details three main volumes: Prerequisites (Volume 1), Technical (Volume 2), and Cost/Price (Volume 3). Key personnel (Volume 1) must be current or contingent hires, meeting specified qualifications. The Technical volume (Volume 2) requires an oral presentation using a PowerPoint based on a provided sample task scenario, focusing on software maintenance, cyber, software development, and interoperability. The Cost/Price volume (Volume 3) mandates detailed cost workbooks and narratives, disclosing direct labor rates, escalation, indirect costs, and compliance with the Service Contract Act. Subcontractor pricing and accounting system adequacy are also critical for eligibility.
Att 01 Statement of Work 26-R-3005 (SENSS).pdf
PDF338 KBApr 23, 2026
AI Summary
The Statement of Work outlines requirements for software and IT support for the Naval Air Warfare Center Aircraft Division (NAWCAD) WOLF Airborne Systems Integration (ASI) Division. Operating under an organic Lead Systems Integrator® (oLSI®) model, the ASI Division needs contractor support for developing, designing, prototyping, testing, integration, and maintenance of airborne capabilities, including sensors, communication, and weapon systems. Key areas of support span cyber, Maritime Domain Awareness, situational awareness, data management, and rapid capability software. The SOW details specific requirements for software development, documentation, and testing, as well as IT design, integration, administration, and network documentation. It also covers cyber assessment, accreditation, and resilience support, alongside product assurance, training, and configuration management. The document specifies detailed security requirements, including citizenship, investigative criteria, security clearances up to Top Secret/SCI, and compliance with various DoD and Navy information security and OPSEC regulations. It also outlines general requirements for work location (51% government, 49% contractor site within 50 drivable miles of NAWCAD WOLF), telework policies, status reporting, work schedules, travel, and subcontractor management. Key personnel roles and qualification substitutions are defined, emphasizing a need for highly cleared and experienced professionals in computer network architecture, systems analysis, engineering, and software development.
N00421-26-R-3005.pdf
PDF2605 KBApr 23, 2026
AI Summary
This document is a Request for Proposal (RFP) for ASI Secure Executive Network Software Support (SENSS) services for the Naval Air Warfare Center Aircraft Division (NAWCAD) in Patuxent River, MD. The solicitation, N0042126R3005, issued on April 17, 2026, seeks proposals from SeaPort NxG Multiple Award Contract (MAC) holders. The contract type will be Cost-Plus-Fixed-Fee (CPFF) for labor and cost-reimbursable for Other Direct Costs (ODCs) like travel and materials, with Not Separately Priced (NSP) items for data and contractor-acquired property. Key personnel substitutions are restricted, and all travel and direct material costs require prior approval. The total estimated level of effort is 723,880 man-hours over a base year and four option years. Inspection and acceptance of services will be performed by the Contracting Officer's Representative (COR) at the NAWCAD Webster Outlying Field (WOLF) in St. Inigoes, MD.
N00421-26-R-3005 AMD 0002.pdf
PDF2623 KBMay 8, 2026
AI Summary
This government solicitation, N0042126R30050002, is an amendment to a Request for Proposal (RFP) for Secure Executive Network Software Support (SENSS) for the Naval Air Warfare Center Aircraft Division (NAWCAD). The document outlines the contract terms, conditions, and requirements for a Task Order (TO) under a SeaPort NxG Multiple Award Contract (MAC). Key updates include answering contractor questions, incorporating specific DFARS and FAR clauses, extending the proposal submission deadline to May 19, 2026, and revising several attachments, including the Statement of Work and Cost Workbooks. The contract type is Cost-Plus-Fixed-Fee (CPFF) for labor and Cost Reimbursement for Other Direct Costs (ODCs). The work involves a total estimated level of effort of 723,880 man-hours over a base year and four option years, with performance split between government and contractor sites. Specific procedures for key personnel changes, travel approval, and direct material cost incurring are detailed. Inspection and acceptance of services and deliverables will be conducted by the Contracting Officer's Representative (COR) via the WAWF system.
Att 01 Statement of Work (SOW) 26-R-3005 (SENSS)_AMD 0002.pdf
PDF412 KBMay 8, 2026
AI Summary
The Statement of Work (SOW) outlines the requirements for software support for the Naval Air Warfare Center Aircraft Division (NAWCAD) WOLF Airborne Systems Integration (ASI) Division. The ASI Division, operating under the organic Lead Systems Integrator® (oLSI®) model, requires contractor support for the development, design, prototyping, production, demonstration, testing, integration, installation, transition, and maintenance of various airborne capabilities. This includes sensors, communication systems, weapons systems, and control technologies for manned and unmanned platforms, with a focus on cyber, Maritime Domain Awareness, situational awareness, data management, and rapid capability software. The SOW details applicable government and industry documents, general requirements for compatibility, work location (51% government site, 49% contractor site within 50 drivable miles of NAWCAD WOLF), meeting support, and telework. It also covers reporting, work schedules, holidays, installation closures, other direct costs (travel, material), subcontractor management, personnel management, transition-out strategy, technical direction, organizational conflicts of interest, and government-furnished property. Security requirements include U.S. citizenship, investigative requirements up to Top Secret Special Compartmented Information (TS SCI), CAC/PKI and SAAR procedures, and information security protocols for classified and Controlled Unclassified Information (CUI). Detailed support requirements encompass software development, documentation, and testing; IT design, development, integration, administration, maintenance, and documentation; cyber assessment, accreditation, and resilience; and product assurance, training, documentation, and configuration management. Personnel qualifications, including key personnel and definitions for experience and education levels, are also specified.
Att 05 Contract Surveillance Plan (CSP) 26-R-3005 (SENSS).pdf
PDF179 KBMay 8, 2026
AI Summary
The Contract Surveillance Plan (CSP) for Secure Executive Network Software Support outlines the government's quality assurance methods for a Task Order (TO) issued under the SeaPort-Next Generation (NxG) Multiple Award Contract. The TO, structured with Cost-Plus-Fixed-Fee (CPFF) term Contract Line Item Numbers (CLINs) for labor and cost-reimbursable CLINs for Other Direct Costs (ODCs), aims to support the Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF) Airborne Systems Integration (ASI) Division in developing and maintaining rapid capability software for cyber, Maritime Domain Awareness (MDA), situational awareness, and data management. The plan details the roles and responsibilities of the Contracting Officer (KO), Contracting Officer’s Representative (COR), Alternate COR (ACOR), and Government Project Lead (GPL) in overseeing contractor performance. Surveillance methods include the Contractor Performance Assessment Reporting System (CPARS) for annual evaluations and the Surveillance Activity Checklist (SAC) for quarterly assessments. The CSP emphasizes ensuring contractor compliance with the Statement of Work (SOW) and the quality of services delivered, with comprehensive documentation maintained by the COR and forwarded to the KO upon TO completion.
Att 06 Data Item Transmittal Form 26-R-3005 (SENSS).pdf
PDF172 KBMay 8, 2026
AI Summary
The document N00421-26-R-3005, Attachment 06, is a Data Item Transmittal/Acceptance/Rejection Form used for submitting and reviewing deliverables related to a government contract, likely within the Naval Air Warfare Center Aircraft Division. The form facilitates communication between the contractor and the Naval Air Warfare Center, Aircraft Division, specifically addressing the SENSS COR. It outlines a process for transmitting a Contract Data Requirements List (CDRL) item, specifying a due date and a government review period. The endorsement section allows the government to accept, accept with comments requiring incorporation, or reject the submission with attached comments. It also specifies the timeframe (30 days or another specified period) for the contractor to resubmit rejected items. This form is crucial for managing deliverables and ensuring compliance in federal government contracting, providing a structured mechanism for formal review and feedback.
Att 07 COR Designation Letters 26-R-3005 (SENSS).pdf
PDF789 KBMay 8, 2026
AI Summary
The document "N00421-26-R-3005 Attachment 07 COR Designation Letter (Placeholder) DRAFT" is a placeholder for a DRAFT Contracting Officer's Representative (COR) Designation Letter. This attachment is part of a larger federal government Request for Proposal (RFP) identified by the number N00421-26-R-3005. The primary purpose of this document is to indicate that a formal COR designation letter will be provided at a later stage, signifying the appointment of an individual responsible for technical oversight and administration of the contract resulting from the RFP. As a placeholder, it highlights the future inclusion of a critical administrative document essential for contract execution and management within federal procurement processes.
Att 08 OCI List 26-R-3005 (SENSS).pdf
PDF170 KBMay 8, 2026
AI Summary
The document N00421-26-R-3004, titled "Secure Executive Network Software Support (SENSS) Attachment 08," outlines an Organizational Conflict of Interest (OCI) List as per HTXT.209-9510. This list is a component of a larger request for proposals (RFP) or contract, likely for federal government services and supplies related to secure executive network software support. The OCI list requires potential suppliers or contractors to disclose any existing contracts or task orders that could lead to a conflict of interest. The document provides fields for detailing such contracts, including contract number, task order, and a description for both services and supplies, ensuring transparency and fair competition in government procurement processes.
Att 09 List of Approved Subcontractors 26-R-3005 (SENSS).pdf
PDF247 KBMay 8, 2026
AI Summary
The document
Att 10 Wage Determination 26-R-3005 (SENSS).pdf
PDF4686 KBMay 8, 2026
AI Summary
This document outlines wage determinations and employment conditions under the Service Contract Act for various occupations in St. Mary's County, Maryland. It details hourly rates for administrative, automotive, food service, health, IT, and maintenance roles, among others. Key provisions include fringe benefits such as Health & Welfare ($5.55/hour or $222.00/week), paid vacation (2 weeks after 1 year, 3 after 5, 4 after 15), and eleven paid holidays. The document also addresses Executive Orders 13706 (Paid Sick Leave) and 13658 (Minimum Wage), hazardous pay differentials (4-8%), and uniform allowances. Special conditions apply to computer employees and air traffic controllers regarding exemptions and night/Sunday pay. It further describes the conformance process for unlisted occupations, emphasizing proper classification and wage rate determination in accordance with the Service Contract Act Directory of Occupations.
Att 10 Wage Determination 26-R-3005_AMD 0002.pdf
PDF77 KBMay 8, 2026
AI Summary
This government file, Wage Determination No. 2015-4281, Revision No. 36, issued by the U.S. Department of Labor, outlines the required wage rates and fringe benefits for service contract employees in specific counties of Virginia, the District of Columbia, and Maryland. It details hourly rates for numerous occupations across various categories such as administrative support, automotive service, health, information technology, and maintenance. The document also includes provisions for paid sick leave under Executive Order (EO) 13706, a minimum wage rate for contracts covered by EO 13658, vacation, and eleven paid holidays annually. Special conditions like night and Sunday pay for air traffic controllers and weather observers, hazardous pay differentials, and uniform allowances are specified. A conformance process for unlisted occupations, requiring the use of Standard Form 1444, is detailed for contractors to propose classifications and wage rates to the Wage and Hour Division.
Att 11 TDL CDRL ATT COR Only 26-R-3005 (SENSS).xlsx
Excel63 KBMay 8, 2026
AI Summary
The document outlines a comprehensive reporting framework for government contracts, specifically focusing on Contract Data Requirements List (CDRL) attachments for Contractor's Representative (COR) management. It details various report sections, including a title page, IDIQ (Indefinite Delivery, Indefinite Quantity) basic roll-up, COR Task Order (TO) data breakout, Task Order Summary, CLIN (Contract Line Item Number) breakout, Rate Analysis, COR Spend Plan per CLIN, and COR Other Direct Costs (ODC) roll-up. Each section specifies the required data fields and their definitions, covering aspects like contractor information, report dates, contract and task order numbers, financial ceilings, expenditures, burn rates, labor hours, travel, material costs, and personnel data including labor categories, rates, and projected costs. The document also includes sample data and instructions for completing the tabs, emphasizing the need for accurate and up-to-date reporting to ensure transparency, compliance, and effective oversight of government contracts.
Att 12 TDL CDRL ATT COR TPOC 26-R-3005 (SENSS).xlsx
Excel50 KBMay 8, 2026
AI Summary
The document outlines the requirements for a Contractor's Management Report, specifically the Contracting Officer's Representative (COR) Management Report for Technical Direction Letters (TDLs). This report is a crucial component of federal government contracts, detailing financial and progress updates for each TDL. It mandates comprehensive reporting on labor, travel, material, and other direct costs (ODCs), including estimated versus actual expenditures, funding balances, and outstanding commitments. The report also requires a narrative on progress against milestones, identification of problem areas and proposed solutions, task scheduling status, deliverable status, future activity plans, and identification of new or proposed subcontractors. Each TDL requires a separate tab with specific data fields and accompanying definitions. The report aims to provide a clear and detailed overview of contract performance, financial status, and any challenges encountered, ensuring transparency and accountability in government contracting.
Att 13 SBPCD 26-R-3005 (SENSS).docx
Word25 KBMay 8, 2026
AI Summary
The Small Business Participation Commitment Document (SBPCD) is an attachment to RFO N00421-26-R-3005, outlining requirements for small business participation in federal government contracts. It establishes goals for subcontracted values across various small business socioeconomic categories, including Small Business (SB), Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB), HUBZone, Veteran-Owned Small Business (VOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB). The document specifies how to calculate and report these values, noting that SB dollars for firms qualifying in multiple categories should be counted in each applicable category, while the total SB subcontracted value remains unique per firm. It also clarifies that all SDVOSBs are considered VOSBs, thus VOSB goals must be equal to or greater than SDVOSB goals. Additionally, the SBPCD requires prime contractors to list small business participants, including company name, CAGE Code, business category(ies), product/service provided, and assigned NAICS code. This document ensures compliance with federal small business contracting mandates and promotes the involvement of diverse small businesses in government procurement.
Att 14 Cost Workbook 26-R-3005 (SENSS).xlsx
Excel560 KBMay 8, 2026
AI Summary
The document provides detailed instructions for Prime Contractors and Subcontractors on completing cost summary and indirect rates worksheets for a government RFP. Key requirements include entering company and employee names, labor categories (with corresponding government categories and BLS/SCA designations), geographical locations, and full-time/part-time fringe rates. All dollar figures must be rounded to two decimal places, and formulas must remain intact. The instructions emphasize proper calculation of fully burdened labor rates, including indirect rates and fee, and outline how to enter Other Direct Costs (ODCs). Specific guidance is given for subcontractors, ensuring their costs are accurately reflected and pass-through charges are accounted for. The document also details the calculation of the fixed fee per hour, which will be used for contract payments.
Att 14_C1 Cost Workbook 26-R-3005 (SENSS)_AMD 0002.xlsx
Excel601 KBMay 8, 2026
AI Summary
The document provides detailed instructions for Prime Contractors and Subcontractors on completing cost summary and fully burdened labor rates worksheets for a government Request for Offer (RFO). It outlines specific formatting requirements, such as unprotected and unlocked cells with intact formulas, and dollar figures rounded to two decimal places. Key instructions include entering company and employee names, labor categories (both RFO and proposed), site locations, and full-time/part-time fringe rates. The document emphasizes the importance of maintaining formula integrity, utilizing dropdown menus for labor categories to auto-populate minimum realistic rates, and providing explanations in the cost narrative if proposed rates fall below the minimum. It also details the inclusion of indirect rates, fee calculations, and other direct costs (ODCs), with specific guidance on how escalation is handled and how fees will be paid on a dollar-per-hour basis.
Att 15 Cost Reimbursable Narrative 26-R-3005 (SENSS).docx
Word78 KBMay 8, 2026
AI Summary
Attachment C2 of RFP N00421-26-R-3005 outlines the cost-reimbursable narrative requirements for contractors and subcontractors. It details administrative information to be submitted, including RFO number, contractor details, UEI, CAGE Code, and points of contact, along with mandatory enclosures like signed SF33s, Section K, DCAA/DCMA rate approvals, and accounting system information. The document specifies tables for proposed teams, subcontractor details, and accounting system adequacy. It further mandates submission of direct labor rates for current employees, historical escalation rates, and historical indirect cost rates. Contractors must also provide information on estimating practices, fee, other direct costs, cost of money, price reasonableness, fully burdened labor rates, maximum pass-through rates, service contract labor standards, investments, and any additional information or changes made to Attachments C1 or C2. An authorized signature is required to certify the submission.
Att 16 Fixed T and M Price Narrative 26-R-3005 (SENSS).docx
Word48 KBMay 8, 2026
AI Summary
Attachment C3, titled "FIXED/T&M PRICE NARRATIVE," is a crucial document for subcontractors responding to RFO Number N00421-26-R-3005. This attachment outlines the administrative and submission requirements for potential subcontractors. It mandates the provision of specific administrative information, including RFO Number, Subcontractor Name, Address, UEI, CAGE Code, Point of Contact, and Response Validity Date. Subcontractors must also include completed Section K, OCI KTXT.209-9511 and OCI Mitigation Plan (if applicable), and Letters of Commitment for contingent hires. The document requires responses to Section K clauses and provisions, confirmation of SAM registration, and completion of Table 1 regarding Organizational Conflict of Interest (OCI). Subcontractors are also required to detail any deviations from the requested information and provide an authorized signature to validate their submission.
Att 17 Government Labor Hours 26-R-3005 (SENSS).xlsx
Excel32 KBMay 8, 2026
AI Summary
The SENSS Government Labor Hours document (N00421-26-R-3005) outlines labor categories and estimated hours for government (on-site) and contractor (off-site) personnel over five years plus an option year (FAR 52.217-8). The work locations are Patuxent River, MD, or St. Inigoes, MD. The file details a wide range of labor categories, including Aerospace Engineers, Computer and Information Research Scientists, Program Managers, Software Developers, and various technicians and specialists, each with specified experience levels (Junior, Journeyman, Intermediate, Senior, Advanced). Key positions are highlighted, such as Senior Systems Engineers, Program Managers, and Advanced Software Developers. The total estimated labor hours for government personnel over the entire period are 404,108, while contractor personnel account for 392,720 hours, with annual breakdowns provided for each category.
Att 18 Section L - Instructions Conditions and Notices 26-R-3005 (SENSS) Rev 01_AMD 01.pdf
PDF360 KBMay 8, 2026
AI Summary
This government Request for Offer (RFO) outlines instructions for an unrestricted competition to award a single Task Order (TO) under a SeaPort-NxG Multiple Award Contract. Offerors must submit unclassified proposals electronically via the PIEE system, adhering to strict formatting, page limits, and software compatibility requirements across three volumes: Prerequisites, Technical, and Cost/Price. Key Personnel proposals require specific attachments and adherence to qualification criteria. The Technical volume mandates an oral presentation using a PowerPoint, focusing on a sample task scenario, technical approach, risk analysis, and work breakdown. The Cost/Price volume requires detailed financial submissions using provided attachments, including cost reimbursable workbooks and narratives, direct labor rates, escalation, indirect costs, and compliance with the Service Contract Act. Questions must be submitted via email by a specified deadline.
Att 16_C3 Fixed T and M Price Narrative 26-R-3005 (SENSS)_AMD 0002.docx
Word48 KBMay 8, 2026
AI Summary
Attachment C3 outlines the administrative and submission requirements for subcontractors responding to Request for Offer (RFO) Number N00421-26-R-3005. Subcontractors must provide key administrative information, including their RFO number, name, address, UEI, CAGE Code, point of contact, and a response validity date of at least 180 days. Required enclosures include a completed Section K, OCI KTXT.209-9511 (and mitigation plan if applicable), and letters of commitment for contingent hires. Subcontractors must also confirm completion of Section K clauses and provisions, verify their SAM representations, and address Organizational Conflict of Interest (OCI) provisions. Any deviations from the requested information in Attachment C3 must be detailed in a narrative, or "N/A" stated. Finally, an authorized representative must sign and date the document.
Att 17_C4 Government Labor Hours 26-R-3005 (SENSS)_AMD 0002.xlsx
Excel31 KBMay 8, 2026
AI Summary
The SENSS Government Labor Hours document (N00421-26-R-3005) outlines the labor categories, locations, and estimated annual and total labor hours for a five-year period plus a six-month extension under FAR 52.217-8. The work locations are either Patuxent River, MD or St. Inigoes, MD for government (on-site) personnel, or a contractor (KTR) off-site location. The document provides a detailed breakdown of various professional and technical labor categories, including engineers, scientists, analysts, programmers, and technicians, with associated skill levels (Junior, Journeyman, Intermediate, Senior, Advanced, Basic). It also includes SCA (Service Contract Act) labor categories. The file specifies the distribution of labor hours between government and contractor personnel across the years, indicating a substantial allocation of resources for both on-site and off-site work.
Att 18_L1 Section L - Instructions Conditions and Notices 26-R-3005 (SENSS)_AMD 0002.pdf
PDF335 KBMay 8, 2026
AI Summary
This government RFO outlines instructions for contractors to submit offers for a single Task Order within an unrestricted competition for SeaPort-NxG MAC holders. Offers must be unclassified, follow specific formatting and page limits, and be submitted electronically via the PIEE system. Key personnel are subject to a pass/fail assessment, and technical proposals require an oral presentation based on a provided sample task scenario. Cost/price proposals must detail labor rates, escalation, indirect costs, and ODCs using government-provided templates. The RFO emphasizes compliance with federal regulations, ethical conduct, and clear communication, with a strict timeline for questions and submissions. The project focuses on sustaining and modernizing a NAVAIR aviation mission system, heavily involving software, networking, and communication capabilities.
Att 19 Section M - Evaluation Factors for Award 26-R-3005 (SENSS).pdf
PDF144 KBMay 8, 2026
AI Summary
The document outlines the evaluation factors and methodology for awarding a Task Order (TO) through a streamlined process under FAR 16.507-2, not FAR Subpart 15.2. The award will go to the Contractor with the Highest Technically Ranked Offer (HTRO) and a fair and reasonable price. The evaluation involves a three-step process: first, a Pass/Fail assessment of Key Personnel prerequisites; second, a comparative analysis of Technical Offers to determine the HTRO; and third, a cost/price realism and reasonableness evaluation, typically limited to the HTRO. Failure to meet Key Personnel requirements or comply with RFO terms may lead to disqualification. The government may engage in interchanges with contractors but these do not constitute formal discussions. Cost/price evaluation includes scrutiny of proposed labor rates, escalation, indirect rates, and adherence to Service Contract Labor Standards, with provisions for upward adjustments or disqualification for unrealistic or non-compliant offers.
Att 20 Key Personnel 26-R-3005 (SENSS).docx
Word57 KBMay 8, 2026
AI Summary
The “KEY PERSONNEL AND QUALIFICATION MATRIX” (N00421-26-R-3005, Attachment P1) is a critical document for federal government RFPs, specifically designed for contractors to detail the qualifications of proposed key personnel. It requires comprehensive information across four sections: General (name, position, security clearance, citizenship, experience), Education History (degrees, majors, institutions), Job Training and Certifications (relevant training and achievement dates), and Work Experience (detailed employment history, duties, and accomplishments relevant to the labor category). The matrix also includes a dedicated section for contractors to demonstrate how each proposed employee meets or exceeds the mandatory minimum qualifications outlined in the Performance Work Statement (PWS), emphasizing that all experience cited must be thoroughly documented within the provided sections.
Att 21 Q1 Q and As (7May2026)_AMD 0002.xlsx
Excel39 KBMay 8, 2026
AI Summary
The RFO N00421-26-R-3005 details questions and answers regarding a federal government Request for Offer (RFO) for the SENSS program. Key clarifications include the requirement for a Top Secret Facility Clearance Level (FCL) at proposal submission and the revision of Attachment 18, Section L, Part A, Paragraph 4.1.2 to remove the need for contractors to obtain written confirmation of electronic file receipt. The total labor hours have been clarified to 796,828, and specific labor categories are to be included in cost proposals. The escalation rate for non-SCA labor categories is confirmed at 3.6%, with an updated Cost Workbook removing Option Year 6. Telework eligibility now applies to all positions with COR approval. Formatting requirements, oral presentation logistics, and CUI markings are also addressed. The proposal submission due date has been extended to May 19, 2026. Attachments are referenced by Reference Identifier, and specific guidance on Key Personnel consultation during interchanges is provided. Additionally, the correct Attachment 04 CSWF Foundational Qualification Matrix is confirmed.
Exh A CDRLs 26-R-3005 (SENSS).pdf
PDF1197 KBMay 8, 2026
AI Summary
This document outlines the Contract Data Requirements List (CDRL) for the Secure Executive Network Software Support project, detailing various data items the contractor must deliver. It covers eleven specific data items: A001 COR Management Report for TDLs, A002 Trip Travel Report, A003 Government Property (GP) Inventory Report for Contractor Acquired Property (CAP), A004 Small Business Utilization Report, A005 Phase-Out Transition Plan, A006 Certification Data Report, A007 Government Property (GP) Inventory Report, A008 NAVAIR Operations Security (OPSEC) Plan, A009 Computer Software Product End Items, A010 Software Requirements Specification (SRS), and A011 Software Design Description (SDD). Each entry specifies the data item number, title, subtitle (if applicable), authority, contract reference, requiring office, and detailed remarks regarding submission requirements, frequencies, distribution, and acceptance criteria. The document emphasizes adherence to government formats and electronic submission methods compatible with Navy Marine Corps Intranet (NMCI) standards. It also includes instructions for completing the DD Form 1423, categorizing data item pricing, and estimating total prices.
Att Q1 Q and As (23April2026).xlsx
Excel20 KBMay 8, 2026
AI Summary
This document addresses questions and answers related to the SENSS RFO N00421-26-R-3005, a federal government Request for Proposal. Key clarifications include the requirement for an active Top Secret Facility Clearance Level (FCL) at the time of proposal submission, which must be in place to meet personnel clearance timeframes outlined in Attachment 01, Statement of Work, paragraph 3.2.3. The government has removed the requirement for contractors to obtain written confirmation of electronic proposal receipt. Additionally, the total labor hours for the entire work effort have been clarified and revised to 796,828, aligning Attachment 17 (Government Labor Hours) with Attachment 18, Section L, Part C, Paragraph 3.5.1. Finally, an updated Attachment 01 Statement of Work now includes Technical Writer I, Technical Writer II, and Warehouse Specialist labor categories, which are to be proposed within the cost proposal.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedApr 17, 2026
amendedAmendment #1· Description UpdatedApr 23, 2026
amendedLatest Amendment· Description UpdatedMay 8, 2026
deadlineResponse DeadlineMay 19, 2026
expiryArchive DateJun 3, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NAVAL AIR WARFARE CENTER AIR DIV

Point of Contact

Name
Hannah Farrell

Place of Performance

Saint Inigoes, Maryland, UNITED STATES

Official Sources