Skip to content
Department of Defense

Spectrum Mission Data and Information Engineering Services

Solicitation: N6893625RFPREQ450000E0003
Notice ID: 8d16a4bdd3084c52853fe1594c3fbf3e
TypeSources SoughtNAICS 541330PSCAC33DepartmentDepartment of DefenseAgencyDept Of The NavyPostedApr 01, 2026, 12:00 AM UTCDueApr 24, 2026, 05:00 PM UTCCloses in 18 days

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: {}. Response deadline: Apr 24, 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: N6893625RFPREQ450000E0003. 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
$8,902,227,947
Sector total $5,889,275,371,462 • Share 0.2%
Live
Median
$49,000,000
P10–P90
$13,746,479$49,000,000
Volatility
Volatile72%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.2%
share
Momentum (last 3 vs prior 3 buckets)
+10%($442,274,933)
Deal sizing
$49,000,000 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 →
Live POP
Place of performance
{}
Contracting office
China Lake, CA • 93555-6018 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
jennifer felton
Email
jennifer.a.felton.civ@us.navy.mil
Phone
7607934343
Name
Tara Brandt
Email
tara.m.brandt.civ@us.navy.mil
Phone
7607931157

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

Naval Air Warfare Center, Weapons Division (NAWCWD) is seeking qualified vendors to provide engineering and technical services and software support equipment products specific to the Spectrum Warfare Department, the Spectrum Mission Data, and Information Engineering Division

This Sources Sought synopsis is for market research purposes to identify qualified sources within the SeaPort contract vehicle. The Government is seeking to determine the availability and technical capabilities of SeaPort contract holders to perform the work described herein. All respondents must be current SeaPort prime contract holders.

DISCLAIMER

This Sources Sought is for informational purposes only. This is not a Request for Proposals.  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 resulting from 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.

BACKGROUND

This requirement is currently being performed under a Cost Plus Fixed Fee contract, N6893624F3003 with VSolvit LLC.  Requests for additional information may be submitted via the Freedom of Information Act (FOIA) at http://foia.navair.navy.mil

REQUIRED CAPABILITIES

The Contractor shall provide the required technical expertise to rapidly design, develop, modify and sustain mission-critical Integrated Weapon Systems, Electronic Warfare Systems, Electronic Support Measures, Electronic Counter Measures, Associated Enabling Technologies, and Quick Reaction Capabilities. The Contractor shall deliver responsive engineering and technical services, while continuously seeking and implementing innovative solutions to improve system performance, reduce life-cycle costs, and enhance the warfighter's competitive advantage in a dynamic threat environment.

Interested parties are invited to respond with a capability statement demonstrating their ability to perform the work described in the sections below.

2.0 Required Capabilities

Respondents should provide detailed examples of their experience in the following key areas. Capability statements should not merely repeat the requirements but should provide concrete examples of past projects, methodologies, and outcomes that demonstrate proficiency.

2.1 Quick Reaction Capabilities (QRC) and Novel Systems

Respondents should demonstrate their ability to rapidly develop and field solutions in dynamic environments. Please provide examples of your experience in:

Rapid Prototyping and Integration: Describe your experience designing, building, and testing QRC kits and novel system prototypes. Include examples of integrating unique subsystem components (e.g., RF, acoustic, optical sensors) and modifying sensor data fusion software.

Test and Evaluation (T&E): Provide examples of developing T&E plans, CONOPS, and test reports for QRC technologies. Detail your experience characterizing system components using methods like direct RF injection and over-the-air testing.

Deployment and Support: Describe your process for deploying prototypes and QRC kits to test locations or end-users, including the logistical, technical, and documentation support you provided.

2.2 Research and Analysis

Respondents should demonstrate a strong capability to perform in-depth research and analysis to guide technology insertion and system design. Please provide examples of your experience in:

Technology Assessment and Integration: Detail your experience performing trade studies and analysis on emerging technologies such as Big Data analytics, cloud systems, COTS/GOTS hardware/software, and Service-Oriented Architectures. Provide examples of recommendations you have made for technology insertion.

Systems Analysis: Describe your experience analyzing IT-based mission information systems, including software anomaly investigation, human systems integration (HSI), and ensuring backward compatibility with legacy systems.

Requirements Management: Provide examples of your ability to develop and manage formal systems engineering documentation, such as Functional Requirements Documents (FRDs) and Requirements Traceability Matrices (RTMs).

2.3 Engineering

Respondents should demonstrate comprehensive engineering expertise for the full life cycle of EW and mission information systems. Please provide examples of your experience in:

EW Systems Software Engineering: Describe your software development capabilities, including developing to new requirements and correcting deficiencies. Detail your experience with sensor data fusion, particularly using sources like the EWIR Database and the Combined Intelligence Database (CID).

Mission Data & Threat Analysis: Provide examples of your work developing mission data files for EW systems. This should include threat analysis, generation of flight/mission plans, and optimizing sensor libraries to counter specific threats.

Field Engineering and Sustainment: Detail your experience supporting the fielding, operation, and testing of new and prototype systems in various operational environments. Describe your process for performing continuous performance assessments and troubleshooting deficiencies in deployed systems.

2.4 Program and Project Management

Respondents must demonstrate a robust and proven management approach to overseeing complex technical projects and programs. Please provide details on your:

Project Management Framework: Describe your formal process for managing multiple, concurrent projects from requirements evaluation to final closeout and acceptance testing.

Program Reporting and Controls: Provide examples of your management tools and reporting mechanisms. Specifically, address your experience with monthly progress/cost reports, developing and maintaining a Program Management Plan (PMP), Quality Control Plan (QCP), and using summary/project-level dashboards to maintain insight into project status, funding, burn rates, and deliverables.

Cost and Schedule Analysis: Detail your experience in cost estimation, subcontractor cost analysis, and providing detailed schedule analysis to ensure projects remain on track.

Period of Performance: Ordering Period of Five Years

Estimated Total Level of Effort: 435,700 Hours

Estimated Required Labor Categories: 29

ELIGIBILITY

Only Seaport approved businesses are eligible. The North American Industrial Classification System (NAICS) code for this requirement is 541330. The Product Service Code (PSC) is AC33.

SUBMISSION DETAILS

Interested businesses should submit a brief capabilities statement package (no more than 10 pages in length, 12 point font minimum), demonstrating their ability to deliver the requirements outlined in the Required Capabilities Section herein.  This documentation should address, at a minimum, the following:

  1. Title of the requirement for which you are submitting a capabilities statement package.
  2. Company name, address, point of contact, phone number, and email address.
  3. Company profile to include office location(s), cage code, DUNS number and UEI number.
  4. Company size in number of employees and if your company size is large or small according to the above listed NAICS and size standard.
  5. If your company is a small business, specify if it is any of the following: Service-Disabled Veteran Owned Small Business (SDVOSB), HUBZone Small Business, 8(a) concern, Woman-Owned Small Business (WOSB), and Economically Disadvantage Woman-Owned Small Business (EDWOSB)
  6. Under a Small-Business Set-Aside, in accordance with FAR 52.219-14, Limitations on Subcontracting,   At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. In other words, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. If your company is a small business, provide an explanation of your company’s ability to perform 50% of the required tasking.
  7. Prior/current corporate experience performing efforts of similar size and scope within the last five years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the contract referenced relates to the requirement as described herein.
  8. Describe your resources available in terms of corporate management and currently employed personnel to perform the desired capabilities outlined in the Required Capabilities Section herein, to include professional qualifications and specific experience of such personnel.
  9. Describe your organization’s management approach to staffing this effort with qualified personnel.
  10. Describe your organization’s ability or potential approach to meeting the technical and delivery requirements as specified herein.
  11. Describe your organization’s capacity or potential approach to managing the requirements as specified herein.
  12. Security requirements. If the contractor has a current contract with the Government, the capability statement should address if the contractor has a current DD254 and current Secret security clearance.

The capability statement package should be submitted by email to the Contract Specialist (CS), Jennifer Felton at jennifer.a.felton.civ@us.navy.mil by no later than 10:00 AM PST on 22 April2026. Questions or comments regarding this notice may be addressed by email to the CS. Classified material SHOULD NOT be submitted.

For Seaport related assistance, email: usn.ncr.comnavseasyscomdc.mbx.seaport-support@us.navy.mil.

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

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.