Scout

N0042126RFPREQTW000000807

NAWCAD WOLF EPF SOURCES SOUGHT

DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR NAWC AD > NAVAL AIR WARFARE CENTER AIR DIV

Rejected
Actions
Open SAM.gov
Notice Type Sources Sought
Due 2026-04-17
Posted 2026-04-02
NAICS 541330
PSC L099
Set-aside None listed
Scout Score 48

Quick analysis

NAWCAD WOLF EPF is a follow-on engineering, prototyping, and fabrication effort anticipated as a SeaPort-NxG task order; responses due 17 Apr 2026.

Scope emphasizes rapid prototyping/fabrication (machining, sheet metal, welding, composites, painting), reverse engineering, environmental testing, antenna repair/life extension, and associated CAD/CAM/M&S.

Trace holds SeaPort-NxG as prime (vehicle access strong) and has relevant SE&I/E&I facility and SATCOM/antenna integration experience, but lacks explicit in-profile heavy fabrication/manufacturing capability and a known 8,000+ sq ft local industrial facility near St. Inigoes, MD.

Incumbent Altus Technical Solutions is performing under a TO through 2029; Government indicates intent to compete a SeaPort TO, but incumbent/local facility advantages remain material risks. Potential small-business set-aside under NAICS 541330 ($47M) would render Trace ineligible as a prime (Trace revenue ~$49M).

Scope summary

  • Provide engineering, prototyping, and fabrication services including machining, sheet metal, welding, composites, woodworking, painting/corrosion control (SOW/Sources Sought).
  • Perform reverse engineering, environmental testing, and antenna repair/life-cycle extension (SOW/Sources Sought).
  • Support CAD/CAM/M&S toolchain: SolidWorks (MBD/PDM), Ansys, PolyWorks, Geomagic DesignX, Mastercam/GibbsCAM, etc. (SOW).
  • Place of performance ~78% Government site (Webster Field St. Inigoes; NAS Patuxent River) and ~22% contractor site within driving distance (Sources Sought/SOW).
  • Contractor-provided ≥8,000 sq ft HVAC-controlled industrial space for receipt/storage/integration/testing and secure protection of Government property (SOW).
  • Secret facility clearance and compliance with DD254, OPSEC, CUI handling; incident reporting within 72 hours (SOW).
  • No telework; real-time comms with Government during working hours (SOW).
  • Ability to host meetings up to Secret for ≥15 persons within 30 miles and provide VTC capability (SOW).
  • Adequate accounting system for cost-type contracting; SCA labor categories likely (Sources Sought).
  • Monthly progress/financial reporting and administrative CDRLs (SOW).

Dimension scores

Total - 48/100
Technical Fit - 13/20

Scope centers on rapid engineering/prototyping and extensive fabrication/manufacturing (machining, welding, composites, painting) plus antenna repair and environmental testing (evidence: SOW and Sources Sought). Trace has SE&I/E&I facility and SATCOM terminal/antenna integration capabilities (company_profile), aligning to engineering/integration portions but not explicitly to full-spectrum machine/fab shop operations; therefore a partial fit, not a core differentiator.

Past Performance - 7/20

Trace has strong SE&I, DISA/USAF/USSF/Army past performance (company_profile) but no documented NAWCAD/NAVAIR EPF-specific or Navy prototyping/fabrication past performance in the provided profile. Mission adjacency exists (SE&I/integration, antenna/terminal work), but customer and scope are not directly evidenced as prior wins.

Vehicles / Contract Access - 9/10

The follow-on is anticipated as a SeaPort MAC task order (evidence: Sources Sought), and Trace holds Navy SeaPort-NxG as a prime vehicle (company_profile). Because the vehicle is anticipated (not yet firm), score is set at 9 rather than 10.

Competitive Position - 3/15

Incumbent Altus Technical Solutions holds a task order through 2029 (evidence: Sources Sought). While the Government plans a competitive SeaPort TO, the incumbent likely has local capability and knowledge advantages. The requirement for local industrial space and specialized fabrication further favors established local performers.

Risk - 6/15

Notable risks include potential small-business set-aside (Trace not small under NAICS 541330 $47M), requirement for ≥8,000 sq ft industrial facility near St. Inigoes, cost-type adequate accounting system, SCA labor, and telework prohibition with high on-site presence (evidence: both documents). Classification is up to Secret, which Trace likely meets, but local facility and specialty staffing elevate risk to moderate-high.

Strategic Value - 6/10

Would strengthen Navy/NAWCAD WOLF relationship and place Trace into a fabrication-heavy rapid prototyping lane via SeaPort-NxG, complementing SE&I and SATCOM/antenna integration strengths (company_profile; evidence: Sources Sought). Upside is meaningful but not transformational given set-aside uncertainty and fit gaps.

Compliance - 4/10

Current notice is not set aside, but a small-business set-aside is possible (evidence: Sources Sought) and would disqualify Trace as prime (Trace revenue ~$49M vs. $47M SB size). Additional compliance hurdles include Secret FCL (likely met), adequate accounting system for cost-type (not evidenced in profile), prohibition on telework, and a requirement for ≥8,000 sq ft industrial space within driving distance of St. Inigoes with secure handling and meeting capability up to Secret—no evidence Trace presently has this local facility. These constitute significant potential gaps requiring teaming or new facilities.

Concerns

  • Potential small-business set-aside under NAICS 541330 ($47M) could render Trace ineligible to prime (Sources Sought; Trace revenue ~$49M).
  • Local facility requirement (≥8,000 sq ft industrial space and meeting/VTC up to Secret within 30 miles of St. Inigoes) not evidenced in Trace profile.
  • Specialized fabrication/manufacturing staffing (machining, welding, composites, painting) may require rapid hiring or teaming.
  • Incumbent Altus has active TO through 2029, indicating entrenched capabilities and customer familiarity.
  • Cost-type contract requires an adequate accounting system; capability not explicitly confirmed in profile.
  • Telework prohibition and high on-site presence increase staffing/logistics complexity.
  • SCA wage determinations and HAZMAT/stockroom management raise compliance and operational overhead.

Teaming opportunities

  • Local St. Inigoes/Pax River-area fabrication partner(s) with machine shop, composites, welding, painting/corrosion control, environmental testing.
  • Secure (Secret-capable) meeting space/VTC within 30 miles; possible SCIF/closed area partner if required for classified meetings/storage.
  • Skilled trades labor (machinists, welders, composite techs, precision inspectors) and CAD/CAM toolchain experts (SolidWorks/Ansys/Mastercam).
  • Partner with an approved small-business SeaPort-NxG prime if the requirement becomes a small-business set-aside.
  • HAZMAT handling and Government property/stockroom management capability near St. Inigoes.
  • Accounting system readiness for cost-type (if gaps exist), via audited primes or compliant partners.

Competitive position

  • SeaPort-NxG prime access enables immediate eligibility for the anticipated task order.
  • Trace SE&I/E&I facility pedigree and integration expertise to lead engineering, design, and system integration tasks (company_profile).
  • SATCOM/antenna integration experience aligns with antenna repair/life-extension and integration portions of the scope (company_profile; SOW scope).
  • Secret facility clearance posture supports DD254 requirements; strong cyber/OPSEC processes from DISA/CYBERCOM support (company_profile; SOW).
  • Ability to assemble a local fabrication ecosystem via teaming to satisfy 8,000+ sq ft industrial space and manufacturing breadth.

Bid/No bid factors

  • Possible conversion to small-business set-aside under NAICS 541330 ($47M), conflicting with Trace’s size.
  • Incumbent Altus Technical Solutions has an active TO through 2029, indicating strong incumbent position.
  • Requirement for ≥8,000 sq ft industrial facility and Secret-capable meeting space near St. Inigoes may be a go/no-go without teaming or new lease.
  • Cost-type adequate accounting system is a prerequisite; lack of explicit evidence is a risk.
  • Telework prohibition necessitates locally based staff; may drive cost and hiring lead times.

Documents

Download all
EPF_CSS PWS DRAFT SOW.pdf Download

Partially reviewed: Too large

Summary

Partial SOW/PWS for NAWCAD WOLF Engineering, Prototyping, and Fabrication (EPF) support: describes the oLSI® model, broad engineering/prototyping/fabrication services, applicable DoD security/standards, and contractor performance requirements. Selected extraction covers Scope and many operational/security/administrative requirements but is a partial review (sections 1 and 3 of 5) due to large file size. Key logistics, facility, tooling, and classification constraints are specified for contractor performance near St. Inigoes, MD.

  • Scope: engineering, prototyping, reverse-engineering, environmental testing, antenna repairs/life‑cycle extension, production, manufacturing (machining, sheet metal, welding, composites, woodworking, painting), stockroom and HAZMAT handling.
  • oLSI® model: Government-led product-based approach retaining IP/data rights (Government as organic Lead Systems Integrator).
  • Target systems examples: SPN Antenna Systems, AEGIS hardware, OE-120, Family of Special Operations Vehicles (FOSOV), shipboard/vehicle/aircraft components (indicates variety of aerospace/naval platforms).
  • Place of performance: majority on Government site (≈78%) at NAWCAD WOLF, St. Inigoes, MD and Patuxent River, MD; ≈22% contractor site work allowed within 30 drivable miles of St. Inigoes.
  • Facility requirement: contractor must provide ≥8,000 sq ft industrial space CONUS with HVAC-controlled environment for receipt, storage, integration, testing, and secure protection of Government property.
  • Security/classification: work requires handling up to Secret per DD Form 254; references NISPOM, DoDM 5200.01, DoDI 5200.48 (CUI), NSPM‑28, SECNAVINST personnel/security guidance — OPSEC program required and reporting of spills/loss within 72 hours.
  • IT/software compatibility: must support Microsoft Windows/Office/Project, SharePoint, Flank Speed, M1 (ERP), SolidWorks (MBD), Ansys, SolidWorks PDM, PolyWorks, Geomagic DesignX, GibbsCAM, Mastercam, CADMAN, MakerWare, Cura, Gravostyle (signals CAD/CAM/additive toolchain).
  • Telework: contractor and employees are ineligible for telework; real-time voice/data communications with EP Operations required during working hours.
  • On-site support provisions: Government will provide workspace/network access; contractor must be able to host meetings up to Secret for minimum 15 persons within 30 miles and supply VTC capability.
  • Administration/contract deliverables: monthly progress & financial status report (CDRL A001), OCI/NDA status certification (CDRL A002), OPSEC deliverable (CDRL A005) referenced.
  • Personnel/equipment operations: contractor personnel must have appropriate civilian licenses to operate vehicles/equipment; contractor responsible for transport of Government property; Government may require operation of Government-owned/leased vehicles.
  • Work schedule: normal hours ~0630–1500 M–F; CWS allowed if coverage maintained; holidays per OPM; limited flexibility in hours (some offices 0600–1800).
Sources Sought EPF.pdf Download
Summary

NAWCAD WOLF issued a sources-sought seeking industry capability for a follow-on Engineering, Prototyping, and Fabrication (EPF) tasking that supports NAWCAD WOLF operations (rapid engineering, prototyping, reverse-engineering, environmental testing, antenna repairs, machining, composites, sheet metal, welding, painting, CAD/CAM, M&S, etc.). The notice identifies the current task order incumbent (Altus Technical Solutions under IDIQ N00421D0014), anticipates a competitively awarded Seaport MAC task order (FAR 16.505) with a base year plus four options, and sets a response deadline of 17 April 2026, 1400 ET.

  • Scope: Engineering, prototyping, reverse-engineering, environmental testing, antenna repairs/life-cycle extension, production capabilities, CAD/CAM, M&S, machining, sheet-metal, welding, composites, woodworking, painting/corrosion control, stockroom management, HAZMAT handling.
  • Place of Performance: Contractor Site 22%; Government Site 78% (Webster Field, St. Inigoes, MD; NAS Patuxent River, MD; selected travel sites per SOW).
  • NAICS/PSC: NAICS 541330 (Engineering Services), Small Business size standard $47M; PSC L099 (Technical Representative - Miscellaneous).
  • Contract vehicle & type anticipated: Seaport MAC Task Order under FAR 16.505; performance-based work + LOE hours; base year + 4 option years.
  • Incumbent: Follow-on to task order N0042124F0690 under Single Award IDIQ N00421D0014, competitively awarded to Altus Technical Solutions, LLC; existing TO period 08 Jul 2024 – 07 Jul 2029; CPFF CLINs for labor and cost-reimbursable CLINs for ODCs.
  • Security/clearance: DD Form 254 will apply; prime must have or demonstrate ability to obtain a Secret Facility Clearance.
  • Compliance requirements: Offerors MUST have an adequate accounting system per FAR 16.301-3(a)(3) to be eligible for award of a cost-type contract; SCA-covered labor categories anticipated.
  • Small business considerations: Government may pursue a small-business set-aside if two or more qualified small businesses respond; Limitations on Subcontracting (FAR 52.219-14) requires small business prime to perform ≥50% of cost of performance.
  • Submission instructions & deadline: Capabilities statement ≤10 pages; responses emailed to mary.k.watters.civ@us.navy.mil and jennifer.l.lundburg.civ@us.navy.mil by 17 Apr 2026, 1400 ET.
  • Requested response content: Past relevant work (contracts, POCs, primes/sub), ability to manage task and subcontractor teams, technical skills, 50% performance explanation for small-business, company profile (employees, revenue, DUNS, CAGE), self-identification of small-business status, facility/safeguarding capability, JV/partnering plans encouraged.
Technical details

Entry: sync

Review status: Up to date

Logical upstream opportunity: 10616

Notice lineage:

  • 5eaf2ef6a393463eaf45a5fecfcb2e8a (posted 2026-04-02) - current

Last synced: 2026-04-09T19:05:00.162903+00:00

Last analyzed: 2026-04-02T19:28:31.959976+00:00

Latest package fingerprint: b2f63ae4458a1e9c2aae35654c1bd5bd6f0c213b8c9bc84ae71f01878b2e3836

Latest package notice: 5eaf2ef6a393463eaf45a5fecfcb2e8a

Latest package documents: 2

Evidence limitations
  • EPF_CSS PWS DRAFT SOW.pdf: partially reviewed (too large)
Recent package history
  • 2026-04-02T19:26:34.302574+00:00: 5eaf2ef6a393463eaf45a5fecfcb2e8a with 2 docs

Labels

Human notes

No human notes yet.

Qualification Settings

Included notice types

Scope Filters

Use one code or phrase per line, or comma-separate.

System Settings

Runtime

Custom Search

Search time

These filters apply only to this run. Qualification settings stay unchanged.

Custom Search queries Fetchmesh and stores the results in Scout without mutating the default sync configuration.

Workspace visibility

All custom searches are public for now.

Included notice types

Scope Filters

Use one code or phrase per line, or comma-separate.

Browse Searches