SOURCES SOUGHT
99 -- Market Survey for Software Engineering Services - Seeking Industry Feedback on Draft Statement of Work (SOW) for NIWC PAC Code 532 Command and Control Systems Modernization
- Notice Date
- 12/31/2025 11:15:15 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NIWC PACIFIC SAN DIEGO CA 92152-5001 USA
- ZIP Code
- 92152-5001
- Solicitation Number
- N6600126R0034
- Response Due
- 1/28/2026 4:00:00 PM
- Archive Date
- 01/31/2026
- Point of Contact
- Ashleigh Becker, Jose Neto, Phone: 6195536415
- E-Mail Address
-
ashleigh.n.becker.civ@us.navy.mil, jose.m.neto.civ@us.navy.mil
(ashleigh.n.becker.civ@us.navy.mil, jose.m.neto.civ@us.navy.mil)
- Description
- Market Survey (MS) for Software Engineering Services Subject: Seeking Industry Feedback on Draft Statement of Work (SOW) for NIWC PAC Code 532 Command and Control Systems Modernization REFERENCE NUMBER: N6600126R0034 *FOR SEAPORT CONTRACT HOLDERS ONLY* The Government is 1) seeking constructive feedback on the attached draft Statement of Work (SOW) for a potential Command and Control (C2) modernization requirement, and 2) assessing small business capabilities to perform this requirement. The applicable NAICS code is 541330 � Engineering Services, and the applicable Small Business size standard is $47M in average annual receipts. This pre-solicitation engagement is intended to support market research and facilitate meaningful dialogue with industry to ensure the Government�s requirements are clear, achievable, and aligned with industry capabilities. Historically, a significant percentage of proposals for similar efforts have been deemed unawardable, indicating potential ambiguity in requirements. Industry feedback on this draft SOW is critical to helping the Government refine the final requirements and improve acquisition outcomes for the warfighter and the taxpayer. DESCRIPTION OF PROCUREMENT: The scope of this effort is to modernize and align Naval Command and Control for Integrated Joint/Coaliton Fires and make it deployable to afloat and ashore sites such as the Carrier Strike Groups (CSG) to include CRUDES/DDGs and Carrier Airwing assets, Expeditionary Strike Group (ESG), Marine Corps NMESIS, Army HIMARS, Airforce assets, Coalition Forces, Tactical Fleet Command Centers (TFCC), Operational Command Post (OCP) and the Maritime Operations Centers (MOC). This effort will enhance the warfighters� decision-making and information gathering effectiveness by integrating and taking advantage of Machine Learning/Artificial Intelligence (ML/AI) approaches. The intent is to mature / modernize the technologies, increase their Technology Readiness Level (TRL) and prepare them for transition to a number of possible Programs of Record (PoR). This effort will include providing prototype validation, research and development, software development, implementation, test and verification for advanced C2 technologies. Specifically, this effort will provide development of software products utilizing microservices, containers, service mesh, and kubernetes previously explored under the C2X project for use in command and control environment. The primary place of performance will be at Naval Information Warfare Command, Pacific, San Diego, CA. The Government anticipates this effort to be a Cost-Plus-Fixed-Fee (CPFF) type contract for a five (5) year period of performance (one (1) base year and four 1-year options), ranging from $10M-$20M, depending on funding availability. In addition, multiple awards, depending on the Task Order Request for Proposal (TORFP) evaluation results, will not be considered. This is a follow-on contract requirement for the Command and Control Experiment awarded under Broad Agency Announcement (BAA) N66001-21-S-4700 Operator Analytics and Training Integration through Artificial Intelligence and Machine Learning for C4ISR, Information Operations, and Information Technology System Research. As a result of the BAA, CUBRC (CAGE 8Y166) submitted a proposal that was selected for funding/award via contract N6001-23-C-4700. Note: No formal Industry Day is planned for this effort. The Government is specifically requesting: Initial submission of questions, comments, concerns, and constructive feedback on the attached draft SOW from both large and small businesses that may propose on this requirement. Based on the initial submissions, the Government may: Request further information on a firm's capabilities. Engage in direct dialogue with your firm (likely via Microsoft Teams). Create a public contact list of interested parties to facilitate potential partnering or teaming arrangements for this requirement (when/if a formal solicitation is released). Firm capabilities and experience in sections A1.1, A1.2, A1.3, and A1.6 of the SOW, from small business concerns only. Information received will be used solely to support market research, including assessment of small business capabilities, and to refine the final SOW. The Government may engage firms in low-stakes, informational discussions to clarify technical questions and ensure final SOW requirements are well-defined. This is a request for information only; it will not establish a firm's capabilities, create a conflict of interest, or preclude future proposals. Capability demonstrations are not required. Small Business firms having the capabilities to perform the tasking described in this MS are encouraged to respond. It should be noted that any resultant set-aside contract or task order for services (except construction) will include the applicable limitations on subcontracting clause. If responding using similarly situated entities (SSEs), as defined in Class Deviation 2021-O0008, Revision 1 entitled �Limitations on Subcontracting for Small Business,� the small business prime will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not SSEs. See FAR Clauses: 52.219-14 -- Limitations on Subcontracting. (DEVIATION 2021-O0008), Revision 1.1 Note: The respondent (prime) proposing an SSE arrangement will need to have the infrastructure and resources in place to manage the entire contract and task order(s). Please provide interest in further discussion/meeting and/or written feedback by 28 January 2026 at 1600 via email to Ashleigh Becker at Ashleigh.n.becker.civ@us.navy.mil. Please include your Seaport contract number with your feedback or request for further discussion, as only Seaport contract holders will be considered.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/4015ef9324294045b7bdcb42ea54deda/view)
- Place of Performance
- Address: San Diego, CA, USA
- Country: USA
- Country: USA
- Record
- SN07676543-F 20260102/251231230032 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |