Opportunity
PIEE #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
541511, 541512, 541330
NIWC Pacific is seeking Seaport small business contractors for software engineering and lifecycle support services for the Application Arsenal (AA) enterprise platform. - Government Buyer: - Department of the Navy, Naval Information Warfare Center (NIWC) Pacific - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation - Products/Services Requested: - Software engineering, systems engineering, and lifecycle support for AA business applications - Full lifecycle sustainment, including development, cybersecurity, operations & maintenance, system administration, help desk, and vulnerability management - DevSecOps pipeline integration and secure software delivery across CONUS and OCONUS locations - Integration with command and control, autonomous systems, and cross-domain solutions - Rapid agile development and technical response for C4I capabilities - Training, logistics support, technical data, and reporting - Approximately 25-30 full-time equivalents (FTEs) annually - Unique/Notable Requirements: - Only Seaport contract holders are eligible to respond - Respondents must demonstrate ability to manage the entire contract and comply with limitations on subcontracting (no more than 50% to non-similarly situated entities) - Services must support secure software delivery and integration with multiple DoD commands and Five Eyes partners - Work performed at NIWC Pacific (San Diego, CA) and across various US military commands (CONUS/OCONUS) - Estimated contract value: $30M-$50M over a 5-year period (1 base year + 4 option years)
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.