Opportunity

SAM #N00019-26-RFPREQ-WPM281-0147

Sources Sought: WASP Systems Engineering and Support Services for NAVAIR

Buyer

Naval Air Systems Command

Posted

April 17, 2026

Respond By

May 03, 2026

Identifier

N00019-26-RFPREQ-WPM281-0147

NAICS

541330, 541512, 541690

This opportunity seeks industry input for providing systems engineering and support services for the Weaponeering and Stores Planning (WASP) software used by the U.S. Navy. - Government Buyer: - Department of the Navy, 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) - Primary location: Naval Air Station Patuxent River, Maryland - OEMs and Vendors: - No specific OEMs are named in the solicitation - Incumbent: KBR Wyle Services, LLC (current provider of WASP software development) - Products/Services Requested: - Integrated Product Office support services for the WASP software application - Systems engineering - Non-Recurring Engineering (NRE) - Test and evaluation - Configuration management - Laboratory/infrastructure management - Cybersecurity support - Support for WASP as a Federated Application hosted on JMPS-M hardware and F/A-18, EA-18G MPE platforms - Unique or Notable Requirements: - Work must be performed in a classified environment up to SECRET - Compliance with DoD Cybersecurity Maturity Model Certification (CMMC) and Federal Information Processing Standards (FIPS) - Government retains ownership and unlimited data rights to all deliverables, including source code - Contractors must have experience with U.S. Navy aviation platforms (F/A-18A-F, EA-18G), NATIPS and NATOPS documentation, and operation/maintenance of classified computing labs - Period of Performance: - Anticipated to run for five years, from Q1 FY27 to Q1 FY32 - Place of Performance: - Naval Air Station Patuxent River, Maryland (Naval Air Warfare Center)

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 the information requested nor compensate any respondent for costs incurred in development. 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 issuing 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 response preparation. Any information submitted by respondents is strictly voluntary. Failure to submit a response will not prevent participation in future competitions related to the Weaponeering and Stores Planning (WASP) software development program.

Introduction This sources sought announcement is 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 responsible sources capable of providing Integrated Product Office support services for the WASP program. The government seeks industry input to define the technical content of each WASP version and improve delivery of flight clearance information to fleet users through systems engineering, test and evaluation, configuration management, and laboratory/infrastructure management. Support includes work in a classified environment up to SECRET. NAVAIR intends to issue a sole source IDIQ contract to KBR Wyle Services, LLC for continued software development of WASP if no other capable sources are identified. This acquisition is pursued under 10 U.S.C. 3204(a)(1), as implemented by FAR 6.103-1, indicating only one responsible source. This RFI/sources sought will assist NAVAIR in developing future sourcing strategies. No RFQ exists; do not request a copy.

Background The WASP software provides automated weapons and store loading, delivery planning, and is certified as a permanent flight clearance application. It supports authorized stores, configuration validation, release limits, fuze arming, safe escape limits, drag, weights, moment arms, LAR planning, sensor footprints, employment planning, reports, and kneeboard cards for F/A-18A-F and EA-18G aircraft. Hosted on JMPS-M hardware and the F/A-18, EA-18G MPE, it operates independently of the JMPS-M Framework and other federated applications. Due to specialized engineering and testing requirements, only the incumbent has the necessary domain knowledge of WASP architecture and software requirements. KBR Wyle Services handles requirements decomposition from NATIP manuals, automated testing, and internal nomenclature development. The current release cycle aligns with NATIP updates, occurring multiple times annually. As such, only this vendor can provide the required services without unacceptable delays.

Period of Performance Q1 FY27 to Q1 FY32

Requirements NAVAIR seeks to identify U.S. companies capable of providing WASP support services. The government owns all deliverables, including source code and data. Planned work includes system engineering, NRE, testing, requirement analysis, and functional testing across multiple WASP versions. The software is certified for flight clearance, essential for USN/USMC aircraft safety and operations. The contractor shall provide R&D to enhance aircrew planning for safe stores loading and weapon delivery. Support includes defining technical content, rapid data delivery, test and evaluation, configuration management, data accessibility, and lab facilities management. The contractor should have experience with complex military requirements, interface documents, engineering change proposals, and systems engineering tools like Azure DevOps, Confluence, and Jira. Cybersecurity practices and experience with U.S. Navy platforms, especially F/A-18A-F, EA-18G, NATIPS, and NATOPS, are required. The objective is to gather industry feedback on solutions capable of supporting systems engineering, NRE, testing, configuration management, and infrastructure management for multiple WASP versions. Minimum capabilities include: Systems Engineering: Define and document technical content, develop CONOPS, analyze and implement changes, support MBSE and traceability. Test and Evaluation: Plan and execute testing, develop test cases, monitor qualification tests, and perform cybersecurity scans. Configuration Management: Manage technical data and change requests using government tools, maintain configuration control, and secure off-site access. Lab/Infrastructure Support: Maintain secure lab facilities, support RMF/eMASS ATO, and configure development/test workstations. Cybersecurity: Ensure compliance with CMMC and FIPS standards.

Eligibility The NAICS code is 541330 with a small business size standard of $25.5M. The PSC is R425 – Support – Professional: Engineering/Technical.

Disclaimer Proprietary information will be protected; respondents must properly mark submissions. NAVAIR may share information internally. The WASP 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. Responses should be pertinent, specific, and not exceed 15 pages. Submit electronically in Word or PDF format, with proper markings, within 15 working days of posting. Classified material SHALL NOT be submitted. All submissions must include the reference number, company info, CAGE code, DUNS, 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. Mark responses as: Controlled Unclassified Information (CUI), Releasable to Government Agencies for Evaluation Purposes Only. Non-compliance or irrelevant ideas may result in disqualification. Proprietary information will be handled accordingly. Submissions are at no cost and will not be returned. The government may request additional information. If a foreign entity is involved, ITAR compliance is required. No phone inquiries; submit responses via email to austin.m.gunther2.civ@us.navy.mil by the deadline.

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: Joseph Southam joseph.h.southam.civ@us.navy.mil

View original listing