Sea Range Safety Surveillance Services
ID: N6893625R0014Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTERCHINA LAKE, CA, 93555-6018, USA

NAICS

Engineering Services (541330)

PSC

NATIONAL DEFENSE R&D SERVICES; DEFENSE-RELATED ACTIVITIES; EXPERIMENTAL DEVELOPMENT (AC33)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Warfare Center Weapons Division (NAWCWD), is seeking to procure Sea Range Safety Surveillance Services to enhance missile test safety for the Sea-Based Weapon Systems (SBWS) program. The contractor will provide engineering services, systems integration, and comprehensive mission support, utilizing the Intelligence Situation Awareness Tool (ISAT) to improve range safety during missile tests, while also coordinating with the U.S. Coast Guard for range surveillance. This contract is estimated to require 104,350 man-hours over five years, with strict security and compliance requirements, including personnel security clearances and cybersecurity measures. Interested firms must submit their capability statements by email to the designated contacts, Adam Rockwell and Tara Brandt, within 44 days of the notice publication, and must be registered in the System for Award Management (SAM) database to participate.

    Files
    Title
    Posted
    This government file provides detailed instructions for both prime contractors and subcontractors on how to complete a Cost Summary Spreadsheet for federal RFPs, grants, and state/local RFPs. The document outlines formatting requirements, such as unprotected cells with intact formulas, dollar figures to two decimal places, and letter-size paper formatting. Key instructions for prime contractors include entering their name, subcontractor handling charges, and fixed fee rates, while also separating Other Direct Costs by Travel, Material, and NMCI. Subcontractors are instructed to replace 'Prime Contractor' with 'Subcontractor' in specific cells, enter employee names and labor categories (even if different from government categories, ensuring comparability), and identify full-time/part-time status and work location. Both prime and subcontractors must ensure formula integrity when adding rows for additional employees or subcontractors. The document also specifies how to apply indirect rates and emphasizes the need for a single worksheet per entity for the entire performance period. Finally, it details the CLIN Summary Sheet requirements, ensuring total costs match Section B and the main Cost Summary Spreadsheet.
    The document "Section L, Attachment L-2 Annual Fully Burdened Labor Rates N68936-19-R-0012" is an attachment within a federal government Request for Proposal (RFP), specifically focusing on proposed annual fully burdened labor rates. It outlines a comprehensive list of labor categories for which offerors are required to provide rates for five consecutive years (Year 1 to Year 5). The labor categories span various professional roles, including management (e.g., Senior Manager, Computer and Information System Manager), acquisition (e.g., Acquisition Specialist), software development (e.g., Software Developer - Junior, Journeyman, Senior), financial roles (e.g., Financial Manager, Financial Analyst), administrative, production control, editorial, configuration management, quality assurance, and aerospace engineering. This attachment serves as a standardized template for prospective contractors to submit their proposed costs for personnel, which is a critical component for evaluating bids in government contracting processes.
    The document "252.215-7009 PROPOSAL ADEQUACY CHECKLIST (MAR 2023)" serves as a comprehensive guide for offerors preparing proposals for federal government RFPs, particularly those involving certified cost or pricing data. The checklist ensures proposals meet the requirements outlined in the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS). It covers general instructions for proposal submission, including proper formatting, identification of government-furnished materials, and disclosure of noncompliance with Cost Accounting Standards. The checklist details requirements for cost elements such as materials, services, subcontracts, direct labor, indirect costs, and other direct costs like travel and royalties. It also addresses exceptions to certified cost or pricing data submissions, particularly for commercial products or services, and provides guidance on interorganizational transfers. The document emphasizes the necessity of supporting documentation, detailed breakdowns of costs, and adherence to specific formats for line item summaries. Finally, it includes considerations for incentive contract types, economic price adjustments, performance-based payments, and excessive pass-through charges, ensuring thorough and compliant proposal submissions.
    This government Request for Proposal (RFP) N6893625R0014 outlines the requirement for Sea Range Safety Surveillance services for the Naval Air Warfare Center Weapons Division (NAWCWD). The core of the service involves utilizing the Intelligence Situation Awareness Tool (ISAT) to enhance range safety during missile tests, particularly for the Missile Defense Agency (MDA) Sea-Based Weapon Systems (SBWS) program. The contractor will provide engineering services, systems integration (including ISAT software updates and cybersecurity compliance), and comprehensive mission support, such as pre-test site surveys, test plan input, real-time mission monitoring, and post-mission analysis. Additionally, the contractor will coordinate with the U.S. Coast Guard (USCG) District 14 for range surveillance using HC-130J aircraft. The contract specifies a total estimated level of effort of 104,350 man-hours over five years, detailing labor categories and streamlined ordering procedures for task orders. Strict security requirements, including personnel security clearances and compliance with various cybersecurity and information security policies, are emphasized. Travel to multiple test sites is also a significant component of the contract.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Integrated spectrum Warfare (ISW)
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center, is soliciting proposals for the Integrated Spectrum Warfare (ISW) initiative. This opportunity focuses on research and development in the physical, engineering, and life sciences, aiming to enhance national defense capabilities through innovative solutions in spectrum warfare. Interested firms must be registered in the System for Award Management (SAM) database to participate, and they should refer to the attached announcement for detailed submission procedures and evaluation criteria. For further inquiries, potential applicants can contact Samantha Guth at samantha.a.guth.civ@us.navy.mil or by phone at 760-793-3079.
    Intelligence, Surveillance and Reconnaissance (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 issuing a Request for Proposal (RFP) for the development of Intelligence, Surveillance and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). The procurement aims to enhance the Navy's capabilities in developing and fielding ISR systems that ensure robust communication, surveillance, and security while addressing evolving technological threats. This initiative encompasses a wide range of services, including algorithm development, hardware and software development, systems engineering, and cybersecurity operations, with activities potentially conducted globally and onboard U.S. Coast Guard vessels. Interested firms should note that the solicitation will be available electronically via the PIEE solicitation module, and for inquiries, they can contact Carl Odom at carl.n.odom.civ@us.navy.mil or call 619-553-4454. The contract is expected to be awarded as multiple indefinite-delivery, indefinite quantity (IDIQ) contracts over a seven-year ordering period.
    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.
    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.
    FY26-30 Standard Missile (SM) Solid Rocket Motor (SRM)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is conducting market research for potential procurement related to the FY26-30 Standard Missile (SM) Solid Rocket Motor (SRM) requirements. The procurement aims to identify sources capable of manufacturing and assembling Solid Rocket Motors, including Dual Thrust Rocket Motors and Boosters, while ensuring compliance with acceptance testing and quality assurance as outlined in the Government’s Technical Data Package. These components are critical for the operational readiness of the Navy's multi-mission missile systems, which serve various roles including anti-air warfare and missile defense. Interested vendors should submit their responses, including a capability statement and optional white paper, to the designated contacts by January 9, 2026, with all submissions being treated as government property and not returned.
    Professional Support Services for PEO USC PMS 420 and PMS 495
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking information from SeaPort-NxG MAC holders regarding Professional Support Services for the Program Executive Office Unmanned and Small Combatants (PEO USC) Littoral Combat Ship Mission Modules (PMS 420) and Mine Warfare (PMS 495). The procurement aims to gather capabilities for various task areas, including program management, technical and system engineering support, logistics, and mission module operations, to enhance the existing personnel and processes within the program offices. This sources sought notice is intended for market research purposes and to assess the potential participation of small businesses, with a total estimated labor requirement of 1,531,405 hours, categorized into junior, mid, and senior labor levels. Interested parties must submit their capability statements electronically by December 30, 2025, to the designated contacts, Logan Kelley and Jonathan Dickinson, with specific formatting and content requirements outlined in the notice.
    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.
    OTH-WS Sources Sought for Production & Design Agent Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is conducting a sources sought notice to identify potential sources capable of manufacturing the Over the Horizon – Weapons System (OTH-WS) and providing Design Agent support. This procurement aims to enhance the U.S. Navy's capabilities in long-range anti-ship warfare by supplying 516 Encanistered Missiles (EM) and associated systems, which are designed to operate effectively in hostile environments without requiring further guidance after launch. Interested parties are encouraged to submit their responses to the market survey questionnaire by December 31, 2025, to the designated contacts, including Brittany Burton at brittany.m.burton4.civ@us.navy.mil and Jamal Newman at jamal.e.newman.civ@us.navy.mil, as the government will not accept unsolicited proposals or reimburse any costs associated with the responses.
    MH-60 Airborne Mine Countermeasure (AMCM) Carriage, Stream, Tow and Recovery System (CSTRS) Support
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking sources to support the Airborne Mine Countermeasure (AMCM) Carriage, Stream, Tow and Recovery System (CSTRS) for the MH-60 Multi-Mission Helicopter Program. The procurement aims to address obsolescence issues within the existing AMCM CSTRS Mission Kits by providing sustainment support, system updates, and technical assistance, ensuring compatibility with all US Navy MH-60S AMCM versions. This initiative is critical for maintaining the operational readiness of the AMCM systems, which are vital for mine countermeasure operations. Interested small businesses are encouraged to submit a capabilities statement by email to Monica L. Card at monica.l.card.civ@us.navy.mil, with the anticipated contract award expected in Summer/Fall 2027 and a performance period of five years.
    Recreational Boat Testing Program and Database Service Support
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified sources to provide technical and management services for its Recreational Boat Testing and Compliance Program (RBTCP). The contractor will be responsible for operating and maintaining the Recreational Boating Safety Database (RBSDB), conducting inspections and testing for compliance with federal safety requirements for recreational boats and marine equipment, and managing various outreach initiatives. This program is crucial for ensuring the safety of recreational boating and involves a significant number of inspections and testing activities annually. Interested parties should note that responses to the sources sought notice are due by December 22, 2025, and the anticipated contract will be a Firm Fixed Price agreement with a base period of 12 months and four option periods, starting in June 2026. For further inquiries, potential bidders can contact Jesse L. Womack at Jesse.L.Womack@uscg.mil or William Hillyer at William.k.Hillyer@uscg.mil.