DISCLAIMER: THIS NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR OFFER (RFO). 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 TASK ORDER AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS NOTICE. ANY INFORMATION SUBMITTED BY RESPONDENTS IS STRICTLY VOLUNTARY.
This notice is a market research tool being used to determine if and how many contractors within the RAPID MAC Pool 6 are interested in submitting an Offer to provide the services described herein. The Government would like to ensure that there is adequate competition for this procurement. All interested large and small businesses are encouraged to respond with an email expressing their interest and intention to submit an Offer in response to a forthcoming RFO, should the Government issue one.
Introduction
The Naval Air Warfare Center Aircraft Division (NAWCAD), Webster Outlying Field (WOLF) Airborne Systems Integration (ASI) Division at Patuxent River, MD announces its intention to procure, on a competitive basis, the services necessary to provide support for Naval Avionics Platform Integration Emulator (NAPIE) technical development planning; NAPIE design, development, and prototyping; NAPIE surrogate design, development, and prototyping; NAPIE equipment integration; and NAPIE testing. Further detail is provided in the Draft Statement of Work (SOW) attached to this synopsis (Attachment 02). The resultant task order will be issued against the NAWCAD WOLF Rapid Acquisition Prototyping Integration and Development (RAPID) Multiple Award Contract (MAC). Only vendors currently on-boarded in Pool 6 “Airborne Mission Systems” will be eligible submit an Offer for this Task Order.
The Product Service Code (PSC) for this effort will be AC32 – National Defense R&D Services, Defense Related Activities; Applied Research.
The services are currently being performed by J.F. Taylor, Inc. of Maryland under Task Order N00421-20-F-0220. The existing effort is a Task Order under the Air Traffic Control (ATC) MAC N00421-19-D-0052 and includes Cost-Plus-Fixed-Fee (CPFF) and Cost-Reimbursable Contract Line Item Numbers (CLINs). The current Task Order is due to expire 14 February 2026.
Anticipated Order Type
This requirement is anticipated to be a RAPIDMAC Task Order with Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE)/Term Contract Line Item Numbers (CLINs) for Labor and Cost-Reimbursable CLINs for Other Direct Costs (ODCs), which includes travel and material.
Place of Performance
Approximately 55% of the work will be performed at the Government site at Patuxent River, MD and 45% of the work will be performed at the Contractor site.
Anticipated Period of Performance
It is anticipated that the resultant Task Order will have a five-year Period of Performance (PoP) to include a base year and four option years with performance commencing approximately in February 2026.
Submittal Information
It is requested that interested contractors already on-boarded in RAPID MAC Pool 6 submit an email of their intention to bid on this RFO, should the Government issue one. Please review Attachment 01, Draft SOW and Attachment 02, Draft Labor Hours when making your determination.
Submissions should be sent via email to Emilee.n.pierce.civ@us.navy.mil and Amy.g.davis.civ@us.navy.mil. The email must be received no later than 12:30 PM EST on 21 July 2025. Questions or comments regarding this notice may be addressed to Emilee Pierce and Amy Davis via email at Emilee.n.pierce.civ@us.navy.mil and Amy.g.davis.civ@us.navy.mil.