Opportunity

SAM #N00019-26-RFPREQ-WPM281-0151

Sources Sought: Agile Software Development for WASP Program (NAVAIR)

Buyer

Naval Air Systems Command

Posted

April 09, 2026

Respond By

April 24, 2026

Identifier

N00019-26-RFPREQ-WPM281-0151

NAICS

541511, 541519

The Naval Air Systems Command (NAVAIR), through the Program Executive Office for Unmanned Aviation and Strike Weapons (PEO (U&W)), Strike Planning and Execution Systems Program Office (PMA-281), is seeking market research responses for agile software development and classified support services for the Weaponeering and Stores Planning (WASP) program. - Government Buyer: - Department of the Navy, Naval Air Systems Command (NAVAIR), PEO (U&W), PMA-281 - Contracting office at Naval Air Station Patuxent River, MD - Products/Services Requested: - Agile software development, integration, and support for the WASP legacy program - Implementation of DevSecOps, CI/CD, and modern software engineering practices - Cybersecurity compliance with Department of War (DoW) standards, including CMMC and FIPS - Modular, open architecture for interoperability with DoW systems and compatibility with JMPS Framework 1.5.305+ - Incremental engineering releases, formal certification testing, user training, and documentation - Government retains unlimited data rights to the WASP software - Unique/Notable Requirements: - Only U.S. wholly owned companies are eligible - Classified software support required - Focus on open, modular architecture and interoperability - Sole source award to DCS Corporation is anticipated if no other capable sources are identified - OEMs and Vendors: - No specific OEMs or hardware vendors are named in the notice - Period of Performance: - Anticipated to run five years, from Q1 FY27 to Q1 FY32 - Places of Performance and Delivery: - Primary place of performance: Virginia, ZIP 22310 - Contracting office and government facility: Naval Air Station Patuxent River, MD

Description

DISCLAIMER This is a sources sought announcement only. This announcement does not constitute a commitment by the government. All information submitted in response to this announcement is voluntary, and the government will not pay for information requested nor will it compensate any respondent for any costs incurred in development of information provided to the government. This is not a request for proposal; it is a market research tool to determine potential firms capable of providing the solutions described herein prior to an issuance of a request for proposal. The government is not obligated to and will not pay for any information received from potential sources as a result of this notice. This does not constitute a solicitation and shall not be construed as a commitment by the government of any kind. Responses in any form are not offers, and the government is under no obligation to award a contract or non-FAR based agreement (e.g., other transaction) 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. Failure to submit a response will not prevent a company from participation in any future competition related to the Weaponeering and Stores Planning (WASP) software development program.

Introduction This sources sought announcement is being posted to satisfy the requirement of Defense Federal Acquisition Regulation Supplement (DFARS) Policy, Guidance, and Instruction (PGI) 206.103-170(d). The Naval Air Systems Command (NAVAIR), Program Executive Office for Unmanned Aviation and Strike Weapons (PEO (U&W)), Strike Planning and Execution Systems Program Office (PMA-281) at Patuxent River, MD, is conducting market research to determine the number of responsible sources with the capability, experience, facilities, and potential solutions for delivering agile software that align with the Department of War (DoW) Software Acquisition Pathway. Additionally, NAVAIR seeks to identify interested parties that can provide classified software support for the Weaponeering and Stores Planning (WASP) legacy program. The goal is to acquire software capabilities iteratively and rapidly, leveraging modern development practices such as Agile frameworks, DevSecOps, and Continuous Integration/Continuous Delivery (CI/CD). The software must meet operational needs, ensure cybersecurity compliance, and integrate seamlessly with existing DoW systems. NAVAIR intends to issue a sole source Indefinite Delivery/Indefinite Quantity (IDIQ) contract to DCS Corporation, California, MD, for the continued software development of WASP versions if no other responsible and capable sources are identified. This acquisition is being pursued on a sole source basis under the statutory authority of 10 U.S.C. 3204(a)(1), as implemented by FAR 6.103-1, only one responsible source, and no other supplies or services will satisfy agency requirements. This RFI/sources sought will assist NAVAIR in developing an acquisition strategy for any potential future sourcing methods for supplies and services outlined in this document. No RFQ exists; therefore, do not request a copy of the RFQ.

Background The WASP program is concurrently developing and testing multiple versions of WASP for both the U.S. Navy and Foreign Military Sales (FMS) customers. Due to highly specialized and unique engineering and test requirements, only the incumbent has the necessary domain knowledge on WASP architecture, software requirements, automated test framework, NATIP safety-of-flight rules, and restrictions. The time required for any new contractor to become proficient would cause unacceptable delays and negatively impact aircrew safety for domestic and FMS partner countries.

Anticipated Period of Performance Q1 FY27 to Q1 FY32

Requirements NAVAIR seeks to identify the U.S. market (wholly owned companies only) to support WASP. The government owns and will retain ownership and unlimited data rights to WASP software. Expanding on the background, the WASP architecture employs an N-tiered design with presentation, business logic, and data tiers, each segmented to promote a plug-and-play framework. A major feature is the flexible data tier, which separates aircraft platform-dependent and independent data, allowing source code development without being tied to a specific aircraft platform. This enables addition of new aircraft platforms and database updates with minimal modifications. 'Agents' that autonomously perform tasks reside in the Data Access Layer, obtaining data from sources like databases, text files, and XML, allowing business logic to operate independently of data sources. Release of a WASP version to FMS customers requires certification testing to ensure solutions match aircraft ATIP and flight clearances. FMS versions are sanitized for releasability, with test results reviewed by WASP management and summarized for the customer.

Each FMS partner country has unique requirements. The WASP version is tested with the F/A-18A-F/EA-18G MPE version used by the FMS customer, followed by information assurance and security validation. A Letter of Release is signed by the PMA-281 Program Manager, and the software and documentation are provided to the FMS customer.

Performance of software development is driven by: The contractor’s understanding of technical requirements, milestones, and critical paths, reflected in code size and data needs. The contractor’s understanding of naval weaponeering mission planning and safety requirements, as documented in NATIPs, NATOPS, and FMS ATIPs. The extent to which the contractor’s testing ensures software meets requirements, documented in test plans and descriptions.

The contractor shall work with government SMEs to evaluate data, identify additional data needs, and develop schedules. All FMS WASP versions must undergo testing to demonstrate compliance with Software Requirements Specification (SRS) and Subsystem Specification (SSS). This verification includes tests, demonstrations, analysis, and inspections, with formal procedures to verify compliance. Successful execution forms the basis for acceptance by the government.

The government will conduct certification testing focusing on airworthiness information. The contractor shall ensure all safety parameters are complete and accurate, passing government testing tolerances.

The objective of this notice is to solicit industry feedback on solutions capable of meeting software development and delivery requirements, with vendors demonstrating capability to develop, integrate, test, and field solutions that meet the following characteristics: Software Functionality: Deliver a Minimum Viable Product (MVP) within the initial Program Increment (PI), with incremental releases as needed, and a fully operational product after two PIs. WASP Baseline: Based on the latest official Navy release or an agreed-upon version. Agile Development: Use of Agile frameworks (e.g., SAFe), with sprint planning, reviews, and retrospectives. DevSecOps Integration: Implement CI/CD pipelines with automated testing, security, and deployment. Cybersecurity: Compliance with DoW CMMC standards and FIPS. Open Architecture: Modular design with open standards and APIs. Interoperability: Compatibility with JMPS Framework 1.5.305 and above. Metrics and Reporting: Track progress with metrics like velocity and defect rates; report regularly. Training and Support: Provide manuals, API documentation, training, and knowledge transfer. Certification Testing: Support government during formal testing of the release candidate.

Eligibility The applicable NAICS code is 541519 (Other Computer Related Services) with a small business size standard of $34M. The Product Service Code (PSC) is AC13 (National Defense – R&D Services; Department of Defense – Military; Experimental Development).

Disclaimer Any proprietary information received will be protected; respondents must properly mark submissions. NAVAIR must be able to share information within the government, and responses marked otherwise may be returned. The data is export-controlled and not available to foreign sources.

SUBMITTAL INFORMATION Interested parties may submit a Capability Statement or proposals. Submissions must be received before the closing date. The government may decide not to compete this contract based on responses. Submissions should be pertinent and specific, not exceeding 15 pages, in 8.5 x 11 inch paper, with 1-inch margins, and font no smaller than 10 points Times New Roman. Responses should be electronic, in Word or PDF, with proper markings for unclassified and proprietary info, due 15 working days after posting. Classified material SHALL NOT be submitted. All submissions must include the RFI reference number, company name, address, CAGE code, DUNS number, and a point of contact with name, position, phone, and email. Acknowledgment of receipt will be provided. All information will be safeguarded per FAR 15.101. Submissions should be marked: Controlled Unclassified Information (CUI), Releasable to Government Agencies for Evaluation Purposes Only. Non-compliance or irrelevant ideas may result in disqualification. Proprietary info will be handled accordingly. Submissions are at no cost and will not be returned. The government may request additional info after review. If a foreign concern or team member is involved, ITAR compliance is required. No phone inquiries. Submit responses via email to austin.m.gunther2.civ@us.navy.mil by the closing date.

Contacts Questions should be directed to: NAVAIR Patuxent River Procurement Group Attn: Mr. Austin Gunther austin.m.gunther2.civ@us.navy.mil Strike Planning and Execution Systems Program Office (PMA-281) Attn: Leo Hoffman leo.h.hoffman.civ@us.navy.mil

View original listing