Opportunity
SAM #N66001-26-R-3507
Software Engineering and Lifecycle Support Services for Application Arsenal (AA) – NIWC Pacific
Buyer
NIWC Pacific
Posted
April 20, 2026
Respond By
May 04, 2026
Identifier
N66001-26-R-3507
NAICS
541330, 541511, 541512
This opportunity is a market survey by the Naval Information Warfare Center (NIWC) Pacific, Department of the Navy, seeking small business capabilities for software engineering and lifecycle support services for the Application Arsenal (AA) platform. - Government Buyer: - Department of the Navy, Naval Information Warfare Center (NIWC) Pacific - Scope of Services: - Full lifecycle software engineering, systems engineering, and sustainment for the AA platform - Cybersecurity engineering, DevSecOps pipeline integration, and secure software delivery - Operations and maintenance, system administration, vulnerability management, and help desk support - Integration with command and control (C2), autonomous systems, and cross-domain solutions (CDS) - Rapid agile development and integration support for new C4I capabilities - Training, logistics support, technical data, and reporting - Key Requirements: - Approximately 25-30 full-time equivalents (FTEs) annually - Contractor must provide small business infrastructure and resources to manage the contract - Compliance with small business subcontracting limitations (FAR Clause 52.219-14) - Support for both CONUS and OCONUS operations, including major Combatant Commands (COCOMs) - No hardware or specific OEM products requested; focus is strictly on services - Period of Performance: - 5 years total (1 base year + 4 option years) - Estimated contract value: $30M–$50M - Notable Stakeholders: - Rapid Capabilities Office, USMC, NAVSEA, and Five Eyes partners - Place of Performance: - Primarily NIWC Pacific, San Diego, CA, with support for global COCOM locations
Description
Market Survey (MS) for Software Engineering Services Subject: Seeking Industry Feedback on Performance Work Statement (PWS) for NIWC PAC Code 532 Application Arsenal (AA) Enterprise Engineering and Lifecycle Support. REFERENCE NUMBER: N66001-26-R-3507 FOR SEAPORT CONTRACT HOLDERS ONLY Please review the attached Market Survey and associated Draft PWS attachment for Description of Requirement and submission instructions. Information received will be used solely to support market research, including assessment of small business capabilities. This is a request for information only; it will not establish a firms capabilities, create a conflict of interest, or preclude future proposals. Capability demonstrations are not required. Small Business firms having the capabilities to perform the tasking described in this MS are encouraged to respond. It should be noted that any resultant set-aside contract or task order for services (except construction) will include the applicable limitations on subcontracting clause. If responding using similarly situated entities (SSEs), as defined in Class Deviation 2021-O0008, Revision 1 entitled Limitations on Subcontracting for Small Business, the small business prime will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not SSEs. See FAR Clauses: 52.219-14 -- Limitations on Subcontracting. (DEVIATION 2021-O0008), Revision 1.1 Note: The respondent (prime) proposing an SSE arrangement will need to have the infrastructure and resources in place to manage the entire contract and task order(s). Please provide interest in further discussion/meeting and/or written feed-back by 04 May 2026 at 1600 via email to Corbin Walters at corbin.c.walters.civ@us.navy.mil. Please include your Seaport contract number with your feedback or request for further discussion, as only Seaport contract holders will be considered. Additional Links:Department of Defense Procurement ToolboxPIEE Solicitation Module Link for N66001-26-R-3507Registration Instructions for the PIEE Solicitation ModuleWeb Based Training for the PIEE Solicitation Module