For solicitation purposes, in order to review the Statement of Work (SOW), Contractors must be certified through Defense Logistics Information Services' (DLIS) Joint Certification Program (JCP) in order to access Controlled Unclassified Information (CUI) or Export Controlled information in Contract Opportunities. See the DLA website for the Joint Certification Program: https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/.
The Naval Research Laboratory’s (NRL) Signature Technology Office is seeking to design, develop, and deliver a set of Expeditionary Inflatable Hangar systems (aka “X-Hangar”) with camouflage covers incorporating passive, multimodal capability for USMC and USAF aircraft. This work builds upon previous NRL efforts for obscuration and concealment of multiple types of vehicle platforms against ground and airborne sensors using camouflage netting. The next-generation camouflage vehicle mesh (CVM) covers require improved breathability and durability for increased wind and snow loads, while maintaining current multispectral obscuration performance. The inflatable lifting structures will support the improved CVM systems covering the aircraft platforms.
Specific taskings required are as follows:
- Task Area 1 – Project Management Support
- Task Area 2 – System Engineering
- Task Area 3 – Research & Development
- Task Area 4 – Systems Manufacture
- Task Area 5 – Test & Evaluation
The Statement of Work (SOW), “Camouflage Netting and Expeditionary Lifting Structures (“X-Hangar”), Operational Test Support, and Joint Technology Transition”, is included (access request is required). It is anticipated that an Offeror will need to be 1) determined acceptable in at all five task areas listed, 2) be able to meet all the specifications outlined in the SOW, and 3) have a current approved Facility Security Clearance (FCL) in order to be eligible for award.
It is anticipated that a single award, Firm-Fixed Price contract will be awarded with a 4-year period of performance (inclusive of one 12-month base period and three 12-month option periods) utilizing FAR Part 15 procedures. This will be a competitively awarded contract using best value continuum, trade off procedures.
This requirement will be solicited as a total small business set-aside. The North American Industry Classification System (NAICS) code for this procurement is 541715, with a Small Business Size Standard of 1,000 employees. The Product Service Code (PSC) is AJ13.
Offerors are responsible for routinely checking the SAM website for solicitation amendments that may be issued. Email is the only form of communication that will be accepted. Paper copies of the solicitation will not be issued.
Any inconsistent information between SAM.gov and JCP will result in a rejection of the SOW request.
The primary place of performance is at the Contractor’s facility. The anticipated award date is 30 September 2025.
-----------------------
This opportunity is revised to provide Q&A entitled "QA_XHangar 25RDH03" and Amendment 0001 entitled "Solicitation Amendment N0017325RDH030001"