Skip to content
Department of Defense

Reuseable, Unmanned Developmental Test and Evaluation (DT&E) Platform

Solicitation: N6893626RFPREQD0AH3000002
Notice ID: d71555a5a6704e5abb1393c9eafdcc99
TypeSources SoughtNAICS 541715PSCAC12DepartmentDepartment of DefenseAgencyDept Of The NavyStateCAPostedMar 19, 2026, 12:00 AM UTCDueApr 03, 2026, 10:00 PM UTCExpired

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Apr 03, 2026. Industry: NAICS 541715 • PSC AC12.

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: N6893626RFPREQD0AH3000002. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 541715 (last 12 months), benchmarked to sector 54.

12-month awarded value
$6,745,762,757
Sector total $5,891,976,226,424 • Share 0.1%
Live
Median
$962,414
P10–P90
$962,414$962,414
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
-57%(-$2,703,966,658)
Deal sizing
$962,414 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

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
CA20260007 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026California • Alpine, Amador, Butte +21
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, Protective Coverings, Coatings, and Finishes to all types of mechanical systems) Area 1
Base $84.76Fringe $25.07
Rate
Area 2
Base $64.56Fringe $25.07
+247 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 247 more rate previews.
Davis-BaconBest fitstate match
CA20260007 (Rev 3)
Open WD
Published Jan 23, 2026California • Alpine, Amador, Butte +21
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, Protective Coverings, Coatings, and Finishes to all types of mechanical systems) Area 1
Base $84.76Fringe $25.07
Rate
Area 2
Base $64.56Fringe $25.07
Rate
handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not) AREA 1
Base $35.31Fringe $12.75
+246 more occupation rates in this WD
Davis-Baconstate match
CA20260026 (Rev 2)
Open WD
Published Jan 23, 2026California • San Bernardino
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+129 more occupation rates in this WD
Davis-Baconstate match
CA20260012 (Rev 2)
Open WD
Published Jan 23, 2026California • San Luis Obispo
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+128 more occupation rates in this WD
Davis-Baconstate match
CA20260015 (Rev 2)
Open WD
Published Jan 23, 2026California • Ventura
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+127 more occupation rates in this WD

Point of Contact

Name
Ciera Wood
Email
ciera.l.wood.civ@us.navy.mil
Phone
7607933759
Name
Caitlan Johnson
Email
caitlan.e.johnson.civ@us.navy.mil
Phone
7607938307

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 541715

Description

This is a SOURCES SOUGHT notice; a market survey, for information only, to be used for preliminary planning purposes.  THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE.  The Government is not obligated to, nor will it pay for or reimburse any costs associated with providing information or industry response to this notice or any follow up information requests. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach.  Not responding to this notice does not preclude participation in any future procurement.  It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement.  Responses to the sources sought will be utilized with other market research methods to establish the planned acquisition strategy.   

The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB).  Large Businesses and Small Businesses are highly encouraged to respond to solidify the acquisition strategy. 

The acquisition strategy will be determined based on responses received from this notice and/or other market research methods. 

Naval Air Warfare Center Weapons Division (NAWCWD) is seeking prospective collaborators to help define and explore solutions for a reusable, unmanned developmental test and evaluation (DT&E) platform that can accelerate the development of air-launched munitions. 

A recent assessment identified a critical shortfall in current DT&E capabilities that slows the pace of weapons development. Closing this gap is essential to meeting future warfighting needs and ensuring rapid insertion of new capabilities into the Fleet. 

NAWCWD is therefore examining approaches that support continuous, iterative testing cycles. The goal is to establish a test environment that enables an aggressive pace of experimentation while maintaining safety, operational relevance, and alignment with mission needs. A prototype platform will be central to evaluating concepts, maturing technologies, and shaping strategies. 

Attributes under consideration include: 

  • Unmanned, reusable platform to reduce costs and increase test frequency 

  • Capacity to carry and release 500–1000 lb class munitions 

  • Affordable, scalable, non-exquisite solutions 

  • Flexible integration of new technologies and rapid adaptation 

  • Ability to replicate flight conditions consistent with naval aviation operations 

The scope of this requirement will include the following: 

Concept & Architecture 

  • System architecture for an unmanned, reusable platform and associated ground/mission support infrastructure. 

  • Integration approach to support multiple munition types and instrumentation. 

  • Safety and risk management framework consistent with iterative, high-cadence testing. 

Prototype Development 

  • Design, build, and ground/flight-test a representative prototype platform and mission support tools sufficient to demonstrate core capability. 

  • Modular interfaces for payload/munitions integration and data capture. 

Test & Evaluation Plan 

  • Iterative test plans, acceptance criteria, and metrics for assessing readiness and mission relevance. 

  • Provisions for instrumentation, telemetry, data collection, and data analysis workflows. 

Operations & Sustainment Approach 

  • Concepts for reusable operations, rapid turnaround between flights, and cost model demonstrating scalability. 

  • Maintenance, logistics, and safety-of-flight processes. 

Demonstration & Reporting 

  • Execution of prototype demonstrations (ground + flight) to validate capability against stated metrics. 

  • Deliverables: technical reports, test data packages, lessons learned, and recommended program strategies. 

NAWCWD invites interested parties to submit a response that addresses the following areas: 

1.  Company Information: Please provide your company name, address, CAGE code, and a point of contact. Please also describe your business size (e.g., Large, Small, 8(a), HUBZone, etc.). 

2.  Capability Statement: A brief overview of your company's experience with unmanned aerial systems, flight test services, and payload integration. 

3.  Conceptual Approach: Describe your proposed solution or concept for meeting the requirements. Please address the key attributes listed above. 

4.  Technology Readiness Level (TRL): What is the current TRL of your proposed platform and key subsystems? 

5.  Past Performance: Describe any relevant past performance on similar projects with government or commercial customers. 

6.  Rough Order of Magnitude (ROM): If possible, provide a non-binding ROM cost for a basic flight hour, and for a prototype development effort as described. 

Written responses shall be provided via email to the Contract Specialist, Ciera Wood at ciera.l.wood.civ@us.navy.mil and the Contracting Officer, Caitlan Johnson at caitlan.e.johnson.civ@us.navy.mil via a Microsoft Word .doc or Acrobat Adobe .pdf file. 

**Email is the preferred method when receiving response to this notice. 

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. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SYNOPSIS IS STRICTLY VOLUNTARY. 

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.