Opportunity
SAM #N0017826R3108
Navy Seeks Industry Support for Shore Based Training, Engineering, and Development Services (SBEDS)
Buyer
NSWC Dahlgren
Posted
April 30, 2026
Respond By
May 29, 2026
Identifier
N0017826R3108
NAICS
541512, 541690, 541330, 541715
The U.S. Navy, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking industry input for a major contract supporting Shore Based Training, Engineering, and Development Support (SBEDS) for Navy and allied shore-based training systems. - Government Buyer: - Department of the Navy, Naval Surface Warfare Center Dahlgren Division (including Dam Neck Activity) - Scope of Services: - Comprehensive support for requirements analysis, software and hardware engineering, systems engineering, technical support, software development (including DevSecOps), integration, installation, testing, cybersecurity, lab support, life-cycle management, provisioning, material disposition, and inventory management - Modernization and sustainment of Navy shore-based training systems, including C6ISR capabilities - Key labor categories: Program/Project Managers, Engineers (software, systems, electrical, mechanical, network), Test Engineers, Security Specialists, Technical Writers, Logistics, and Database Administrators - Over 1.5 million labor hours anticipated, with 772.5 Full Time Equivalents (FTEs) over five years - Surge support and travel to multiple U.S. and international locations - Security Requirements: - Facility clearance at TOP SECRET/SCI level - Personnel clearances at SECRET and some at TOP SECRET/SCI - Compliance with DoD and Navy cybersecurity directives - Notable Requirements: - No specific OEMs or proprietary products are named; the focus is on professional services and technical expertise - Incumbent contractor is HII Technical Solutions Corporation - Work is primarily performed at contractor facilities; no government office space provided - Includes support for international and multi-agency collaboration - Place of Performance: - Multiple Navy and federal facilities in the U.S. (Dahlgren, Dam Neck, Wallops Island, Patuxent River, Pearl Harbor, Mayport, Groton, Great Lakes, Bremerton, Norfolk, San Diego, Orlando, Alaska) - International locations: Spain, South Korea, Japan, Australia, Philippines, Guam, Italy, Bahrain, Taiwan, New Zealand, Germany, Canada, United Kingdom, Poland, Romania, Israel - Contract Structure: - Five-year period (base year plus four option years) - Cost-Plus-Fixed-Fee (CPFF) Task Order under SeaPort-NxG - Draft Statement of Work and labor qualifications provided for industry review
Description
Summary of Requirement: The purpose of this Task Order is to contract support services to achieve the acceptable levels of requirements analysis; software engineering; hardware engineering; systems engineering and technical support; software development and methodologies including development, security, and operations (DevSecOps) within an agile framework; software, hardware and systems integration; installation; testing and verification support; Cybersecurity and cyber engineering; lab support, outfit and evaluation; ILS and CM support; Life-Cycle management; provisioning support; material disposition and inventory management. Such support shall include support of the U.S. Navy, Multi-National and Multi-Agency software development efforts in the ITS Division for the modernization and sustainment of shore-based training systems. This will be competed under SeaPort-NxG.
Work Locations and Full Time Equivalents (FTEs): It is anticipated a total of 772.5 FTEs of will be needed (excluding Surge SLINs): 154.5 FTEs for the Base Year, 154.5 FTEs for Option Year one (1), 154.5 FTEs for Option Year two (2), 154.5 FTEs for Option Year three (3), and 154.5 for Option Year four (4).
The Base Year Estimate of FTEs includes the following Key and Non-Key labor categories:
ATTACHMENTS: A DRAFT STATEMENT OF WORK (SOW) AND DRAFT LABOR QUALIFICATIONS ARE ATTACHED TO THIS NOTICE
Contract Type & Period of Performance: The Government contemplates award of a Cost-Plus-Fixed-Fee (CPFF) Task Order. The resultant order will have a Base Period of twelve months, and four (4) Option Periods each consisting of twelve months each, for a total of 60 months, if all Options are exercised.
Set-Aside: At this time, a determination has NOT been made to set-aside this procurement. Responses to this Sources Sought will be evaluated and used to determine the set-aside status of this requirement.
Incumbent: This work is a direct Follow-on to Contract No. N0017819D7772/Task Order No. N0017823F3013 with HII Technical Solutions Corporation, 5701 Cleveland Street Suite 400, Virginia Beach, Virginia 23462-1788.
Personnel and Facility Clearance Requirements: Contractors shall meet the following requirements at the time of proposal submission or have an acceptable plan to meet the requirements by the start date of contract performance. In addition, mandatory requirements must be maintained throughout the life of the Task Order. The mandatory requirements are as follows:
Facility Clearance Level (FCL) Requirement: The Prime Contractor supporting this Task Order is required to have an FCL of TOP SECRET/SCI and safeguarding clearance level of SECRET at the primary facility supporting this Task Order. Personnel Clearance Level (PCL) Requirement: All personnel directly supporting this Task Order, except Management and Support personnel, are required to have, as a minimum, a current SECRET security clearance in the Defense Industrial Security System (DISS). Interim clearances are acceptable. Personnel performing in the following labor categories shall have a final TOP SECRET security clearance with Sensitive Compartmented Information (SCI) eligibility in DISS: Fully Qualified Navy Validator 2 (1 FTE); Information System Security Manager 2 (1 FTE); Software Engineer 2 (2 FTE).
Request for Capability Statements:
A set-aside determination has not yet been made for this requirement. Capability statements shall not exceed 15 pages, not including resume summaries, with font size 10 or greater. The Capability statements shall describe their ability to fulfill all or portions of this requirement. A set-aside decision or decisions will be announced when the solicitation(s) is/are released. Capability statements shall include the following items:
(1) Sources Sought announcement number (for which the response is being submitted) and a description of the Offeror's capabilities relating to the attached draft Statement of Work (SOW). The description shall specifically address relevant experience and understanding of each work area for which this acquisition will support, and it shall address the Offeror's ability to meet each of the mandatory requirements.
(2) A brief description of your company, your CAGE code, Unique Entity ID (UEI), Company Name and Address, Point of Contact (to include phone/email), and your certified business size status under NAICS code 541330 (e.g., Small Business, Woman-Owned Small Business, SDVOSB, 8(a), HUBZone, Large Business, etc.).
(3) The specific qualifications, capabilities, experience, and personnel security clearance level of all personnel the Contractor intends to utilize to support this effort. Identify whether individuals are employees of the Offeror, are contingent hires, or are employees of a planned team member (Sub-contractor). If employees are those of a planned team member, the name of the Sub-contractor shall also be identified.
(4) Specific past performance on same or similar size and scope of work performed by the Offeror as a prime Contractor under a Government contract within the past five (5) years, including a description of the services provided, the dollar value of the effort, and the contract number.
(5) Provisions for any potential “similarly situated entity” arrangements being considered. A “similarly situated entity” means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the Sub-contractor will perform. If “similarly situated entity” subcontracting is contemplated, the capability statement shall contain detailed information concerning the planned “similarly situated entity” subcontracting/consulting arrangement(s) (including proposed work share, DUNS number(s), and all applicable categories of Small Business status) to assure the Government that the limitations of FAR 52.219-14, Limitations on Subcontracting (DEVIATION 2021-O0008), can be met for each contract period. The limitations identified in the aforementioned clause require the Offeror/Contractor to agree that in the performance of the resultant contract it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 50 percent subcontract amount that cannot be exceeded.
(6) General statements, not supported by the specific information requested above, will not be considered responsive.
(7) No telephone responses will be accepted. Contractor responses received after the advertised due date and time will NOT be accepted. No exceptions to this receipt deadline shall be granted under any circumstances. Responses should reference N0017826R3108.
(8) All information and data received in response to the Sources Sought marked or designated as corporate proprietary information will be fully protected and held in strict confidence. It is the respondent’s responsibility to clearly define to the Government what is considered proprietary data.
(9) If a solicitation is released at a future date, it will be synopsized on the SAM.GOV website.
(10) It is the responsibility of any potential offeror to monitor this site for additional information pertaining to this requirement.
Note: THIS SOURCES SOUGHT REQUEST IS NOT A REQUEST FOR PROPOSAL. The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued, nor will the Government pay for the information solicited.
Questions or clarifications:
At no cost to the Government, responding vendors/offerors may continue dialogue via emailing the Contract Specialist. Answers will be provided via a document attached to this SAM.gov Notice.
Schedule: Capability Statements shall be provided by e-mail to curtis.d.taylor2.civ@us.navy.mil no later than 12:00PM EST on 29 May 2026. Submissions will be accepted after this date, but feedback may not be as timely or contribute to NSWCDD DNA’s strategic planning. All communications with industry must be coordinated through the cognizant Contract Specialist, via e-mail at curtis.d.taylor2.civ@us.navy.mil.
Industry Day: An Industry Day will be held virtually on 22 May 2026 at 1030AM EST. This event is free of charge. To register, please provide the following information to Curtis Taylor, curtis.d.taylor2.civ@us.navy.mil no later than 1200 EST on 21 May 2026 with the Subject Line: DNA SBEDs Industry Day Registration. Registration will be confirmed via email.
Company Name Company Business Size SeaPort-NxG MAC Contract No. CAGE Code Individual’s Name Individual’s Phone No. Individual’s E-mail Address