The Naval Air Systems Command PEO (U&W), Patuxent River, MD 20670, in support of Program Manager Strike Planning and Execution Systems (PMA-281), announces its intention to procure, on a competitive basis, products, supplies, and incidental services to support the Standardized Tester of Reprogrammable Munitions (STORM) Software (SW) & Hardware (HW) Development, Integration/Test Support, Production and Sustainment contract.
A. Program Background:
Originally STORM was designated a Middle Tier Acquisition (MTA), section 804 program for a Minimum Viable Product (MVP) which delivered in Q4 FY24. STORM is now designated a Major Capability Acquisition ACAT-III program.
PMA-281 will host a one-day Industry Day event held in September 2025 and will give interested businesses the opportunity to meet STORM stakeholders as well as learn more about the program background and potential contract opportunity. Industry Day correspondence and information will be posted separately from this Sources Sought at a later date.
B. Incumbents: This is a new contract.
C. Results from this Sources Sought notification will assist the Government in determining whether some or all of the scope of work can be performed by a small business entity.
D. SOURCES SOUGHT SUBMITTAL INFORMATION
It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than twenty (20) pages in length exclusive of cover and table of content pages, single spaced, and 12-point font minimum).
The capabilities statement package shall address, at a minimum, the following items:
- Overall Project Management
- Systems Engineering
- Requirements Management & traceability
- Technical Performance Metric Tracking
- Risk Management
- Systems Safety
- Configuration Management
- Software Design, Development, Integration, Test, and Sustainment
- Software Development
- Software Integration
- Software Deployment
- Use of Open-Source Software Products
- Static and Dynamic Code Analysis
- Automated Software Test
- Software Functional Qualification Test
- Hardware Design, Development, Integration, Test, Delivery, and Sustainment
- Hardware System Design
- Hardware System Procurement
- Hardware System Assembly and Checkout
- Hardware Installation
- Hardware Sustainment
- Program Security
- Physical Security
- Personnel Security
- Cyber Security
- Program Protection
- Anti-Tamper
- Integrated Hardware/Software Test
- Automated Test
- Acceptance Test
- End-To-End Hardware & Software System Integration and Test
- Life Cycle Logistics and System Product Support
Additionally,
- The Standardized Tester of Reprogrammable Munitions (STORM), a part of the NavMPS portfolio, is anticipating a production run of approximately 200 units. Production quantities are notionally: FY27: 50 units, FY28: 70 units, FY29: 45 and FY30: 35 units. A preliminary bill of materials is provided for information. Please discuss your ability to procure components, assemble, and conduct acceptance testing of the STORM units.
- Can, or has, your company managed a task(s) of this nature? If so, please provide details such as contract numbers, organization supported, etc. Have you previously worked on any of the PMA-281 product lines? If so, which ones? Please provide contract numbers as well as Government points of contact (POCs).
- Describe your processes for:
- Software development (Waterfall, Agile, Hybrid approach, etc.);
- Hardware integration;
- Hardware and software configuration management;
- Hardware and software integration / system test;
- Other relevant processes applicable to the notional scope of work.
- What is your current facility security clearance? Could your facility support the notional scope at a level of Secret?
- PMA-281 is heavily invested in using a Development – Security - Operations (DEVSECOPS) pipeline using Agile techniques. Discuss how your company would balance these 3 areas in order to deliver products to fleet users as quickly as possible.
- PMA-281 is focused on improving the overall user experience. Discuss how your company would collect data from user events and rapidly turn those data into deliverable products.
- Have you previously worked on a contract requiring you to procure, integrate, install, deploy, and maintain hardware/software solutions?
- Have you previously worked on a contract requiring you to develop Cybersecurity security controls and implement security patches/upgrades?
- Please discuss possible teaming arrangements necessary to meet the requirements of the notional scope of work.
- Small Business Only: Please describe your ability to execute at least 51% of the overall effort in the notional scope of work.
E. When responding to the questions above, the statement package shall address the following:
- Prior/current corporate experience performing efforts of similar size and scope within the last three (3) years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of how the referenced contract relates to the services described.
- Company profile to include number of employees, annual revenue history, DUNS Number, socioeconomic status and a statement regarding current size status.
- All interested parties should also include information regarding ability to handle, store and process classified information, foreign/domestic ownership/control and the ability to handle export-controlled information.
In order to validate need-to-know, all responses must include the following information: Company Name, Company Physical Address, Cage code, Company Business Size, and Point-of-Contact (POC) name, phone number, fax number and email address. Upon verification of data, an information package will be provided to qualified (non-foreign owned/influenced) respondents. Companies are to adhere to the National Industrial Security Program Operating Manual (NISPOM) procedures for handling of Government-provided materials. Further dissemination of Government-provided materials is not authorized.
F. The additional information requested in Paragraph E is outside the page limitation identified previously. Responses to this Source Sought announcement shall be submitted in electronic format only. Electronic submittals shall be in .pdf format and submitted by email to Austin.m.gunther2.civ@us.navy.mil and Jacob.t.leitch.civ@us.navy.mil.
Submissions must be received by the Government no later than 1400 Eastern Time on 26 August 2025. Questions or comments regarding this notice may be addressed to Austin Gunther via a separate email. Please use the attached form when submitting questions or feedback to the Government.
All material provided in response to this Sources Sought shall be UNCLASSIFIED. To the maximum extent practicable, respondents should limit the delivery of non-proprietary information. Responses to this Sources Sought will not be returned.
If the response includes proprietary information, (1) ensure proprietary information is marked appropriately, (2) identify disposition instructions, and (3) indicate whether you require Government support contractors providing advisory and assistance services to the Government to facilitate the execution of information/proprietary exchange agreements with you. The Government will NOT be responsible for the disclosure of any confidential/proprietary information not clearly marked. At any time after receipt of RFI responses, the Government may contact respondents independently for further clarification of the submittal.
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. 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.