Skip to content
Department of Defense

Sea Range Safety Surveillance Services

Solicitation: N6893626R0010
Notice ID: 805e24d9fb204c5691eb0c8ce72356b5
TypeSources SoughtNAICS 541330PSCAC33DepartmentDepartment of DefenseAgencyDept Of The NavyStateCAPostedFeb 12, 2026, 12:00 AM UTCDueMar 04, 2026, 10:00 PM UTCCloses in 7 days

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Mar 04, 2026. Industry: NAICS 541330 • PSC AC33.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: N6893626R0010. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 541330 (last 12 months), benchmarked to sector 54.

12-month awarded value
$4,756,960,416
Sector total $5,796,850,101,580 • Share 0.1%
Live
Median
$730,582
P10–P90
$21,404$41,500,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+30559%($4,726,029,720)
Deal sizing
$730,582 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for CA
Live POP
Place of performance
Not listed
State: CA
Contracting office
China Lake, CA • 93555-6018 USA

Point of Contact

Name
Adam Rockwell
Email
adam.r.rockwell.civ@us.navy.mil
Phone
7607934268
Name
Tara Brandt
Email
tara.m.brandt.civ@us.navy.mil
Phone
760-793-3819

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVAIR
Office
NAVAIR NAWC WD • NAVAL AIR WARFARE CENTER
Contracting Office Address
China Lake, CA
93555-6018 USA

More in NAICS 541330

Description

1) INTRODUCTION AND PURPOSE: NAWCWD intends to award a sole source contract to Raytheon, Inc. for engineering services in support of Test and Evaluation (T&E) and systems engineering activities related to Aegis Ballistic Missile Defense (BMD) and Theater High Altitude Area Defense (THAAD) programs at Pacific Missile Range Facility (PMRF). The purpose of this sources sought is to determine if there are other companies capable of providing the required services in a competitive procurement and to gain market knowledge of potential qualified sources and their size classifications relative to the North American Industry Classification Systems (NAICS) code 541330 for Engineering Services which has a corresponding size standard of $38.5 million. Responses to this sources sought synopsis will be utilized by the Government to determine the best acquisition strategy for this procurement and make appropriate determinations about potential sources. No solicitation is currently available and as such this is not a request for proposal and in no way obligates the Government to award any contract. A decision to set aside all or part of this requirement is dependent upon a review of the information submitted in response to this sources sought. After review of responses to this sources sought, a synopsis and/or solicitation announcement may be published. 

(2) PROGRAM DESCRIPTION: This requirement is for engineering services to be provided in support of Test and Evaluation (T&E) and systems engineering activities primarily related to Aegis-Based Defense, formerly Aegis Ballistic Missile Defense (BMD) and Sea-Based Weapon Systems. Engineering service are provided to other entities, including (but not limited to) Program Executive Office Integrated Warfare Systems (PEO IWS), various Hypersonic programs, and Allied Foreign Military Sales (FMS) partners. Aegis-Based Defense is one weapon system in the layered defense provided for the United States and its deployed forces, friends and allies against ballistic missiles of all ranges in all phases of flight. This defense is provided through an integrated Ballistic Missile Defense System (BMDS), developed by the Missile Defense Agency (MDA). MDA is responsible for fulfilling the goals set out in the National Missile Defense Act of 1999 in deploying “as soon as is technologically possible an effective National Missile Defense system capable of defending the territory of the United States against limited ballistic missile attack”. In support of this goal, the Aegis-Based Defense program needs to collect high fidelity system under test and auxiliary sensor data in order to evaluate the results of the flight test and to determine if the system(s) met the mission objectives. Additionally, auxiliary sensor data is highly valuable in providing forensics for any anomalies that may have occurred during these events. Pre-/post-mission data analyses of this auxiliary sensor data is critical these flight test scenarios. This is a follow-on contract to N6893622D0024. The existing contract is Cost-Plus Fixed-Fee (CPFF), Level of Effort (LOE), and was awarded to Raytheon (RTX) on a sole source basis. 

  

(3) REQUIRED CAPABILITIES: The MDA / Aegis-Based Defense program requires high fidelity pre-mission planning, real-time mission conduct and execution support, post-mission data analysis, and reporting of test results of high profile flight test events. Support shall be provided to various flight test events and systems engineering activities. This includes mission planning, test planning, generating test procedures, real-time mission conduct, data collection, real-time range safety mission support, mission data analyses and reporting, operations research support, and technical management support.  

Aegis-Based Defense requires support for test planning, test conduct, data reduction/analysis, and reporting of auxiliary sensor data during flight test events. This includes in-depth pre-mission analysis, which provides inputs to instrumentation, sensor data collection CONOPS, and sensor configurations to maximize valuable data collection. Recommendations for test support positions (TSPs) to auxiliary sensors will aid in maximizing valuable data collected. 

Inputs to test plans as well as mission requirements are needed to ensure mission test objectives are met. This includes auxiliary tracking and data collection objectives based on mission priorities and overall test objectives. Understanding test objectives will translate directly into what instrumentation should be used and how they should be configured. This includes inputs to all test participants (sea-based, ground-based, airborne, and space-based). 

Real-time mission conduct support assists auxiliary sensor participants to make adjustments to configurations, tracking objectives, and/or tracking CONOPS based on changes to mission scenarios. This support can ensure successful data collection during live missile and test vehicle launches. Mission conduct and execution support includes providing sensor and analysis support to assist range safety.  

Complex analyses and reporting of test results is needed to evaluate weapons and weapon systems to ensure mission test objectives have been met. This includes ingesting, reducing, processing, and analyzing all auxiliary data (optical, radar, telemetry) and data formats. Analyses and test results should be shared with the government and test community to ensure proper communication and collaboration. 

(4) PLACE OF PERFORMANCE: This effort will primarily be performed at PMRF at Barking Sands, Kauai, HI. Support will also be conducted at the following national test ranges and locations:  Joint Base Pearl Harbor Hickam (JBPHH) on Oahu, HI; Naval Air Warfare Center Weapons Division (NAWCWD) Point Mugu Sear Range (PMSR) at Point Mugu, CA; Vandenberg Space Force Base (SFB) in CA; Reagan Test Site (RTS) on Kwajalein Atoll; Joint Base Elmendorf-Richardson (JBER) in AK; Cape Canaveral Space Force Station (CCSFS) at Cape Canaveral, FL; Naval Air Warfare Center Aircraft Division (NAWCAD) at Patuxent River, MD; and the Missile Defense Integration and Operations Center (MDIOC) at Colorado Springs, CO. 

  

(5) CONTRACT TYPE: The Government is considering a Cost-Plus Fixed-Fee (CPFF) contract with a five-year Period of Performance. 

  

(6) SPECIAL REQUIREMENTS: The Government requests that responses to this sources sought include the following: demonstrated capability to ingest, reduce, process, and analyze auxiliary sensor data and applicable data formats for the MDA /Aegis-Based Defense program. Auxiliary sensor data includes optics, radar, and telemetry, and applicable formats include binary, ASCII, and movie formats (h264, mp4, mkv, avi, mpg, etc.). Data analyses includes data reduction, data tracking algorithms, signature generation, data display/visualization, brightness/contrast and image enhancement, data registration, image sequence output, and background subtraction. 

Demonstrated capability to generate an early track of a launch vehicle to provide a state vector solution to range safety entities for immediate awareness and assessment of the vehicle trajectory status to the range safety officer. This will allow range safety to take corrective action (if needed) and prevent the vehicle from violating range safety boundaries (i.e. – IIP destruct limits, safe firing bearings, etc.). This system must be capable of meeting all range safety assessment criteria, including latency times, data rate, and first state vector solution time. 

Demonstrate ability to support Navy optical data collection aircraft with optical Subject Matter Expert (SME) for mission planning, sensor calibrations, real-time inputs to tracking operators, mission conduct, and post-mission data analysis. 

Demonstrate familiarity with test ranges, range instrumentation, range safety criteria, and range data collection capabilities. Assessment of test range capabilities, site surveys, and inputs for range instrumentation to improve data collection during test events. 

(7) ADDITIONAL INFORMATION: 

Upon evaluation of capability statements, if it is determined that this requirement will be unrestricted and procured on a competitive basis, the Government intends to evaluate Small-Business responses and conduct further market research to identify a subcontracting goal. 

CONTRACTOR RESPONSE: Any firm believing it can fulfill the requirement identified may submit a written response. 

The written response shall reference solicitation number N6893626R0010 and provide a capability statement that clearly indicates the firm’s experience, assets, background, and ability to perform he required work. 

Contractor responses shall also include the following information: 

a) A reference to the solicitation number N6893626R0010 and brief title of this announcement; 

b) Company name and address; 

c) Company's point of contact name, phone number, and e-mail address; 

d) Declaration as to whether a U.S. or foreign company; 

e) Company size (Small or Large according to the identified NAICS and size standard identified); 

f) If your company is a Small Business, specify if your company is one of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business; 

g) Provide any anticipated teaming arrangements and delineate between work to be accomplished by the prime and the work to be accomplished by the teaming partners; 

h) A brief capabilities statement package (no more than 5 pages in length, double spaced, 12-point font minimum), demonstrating ability to perform the specific requirements discussed above; 

i) An outline of previous projects related to the program description, identify specific work previously performed or currently being performed related to the program description; and 

j) Any other specific and pertinent information as pertains to this particular area of procurement that would enhance the Government’s consideration and evaluation of the information submitted. 

Questions and comments are highly encouraged. 

An opportunity for a site visit will be offered after the solicitation is issued. No 

Vendors should appropriately mark any data that is proprietary or has restricted data rights. 

Responses shall be submitted by e-mail to the point(s) of contact listed above no later than 30 days from this notice date. 

DISCLAIMER: 

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. 

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.