Agency / customer
Naval Surface Warfare Center, Dahlgren Division (NSWCDD)
Requirements Matrix
TECHNOLOGY UNLIMITED GROUP
Decision
Target a subcontracting role to provide specialized digital data link and C4I mission planning support. While the prime requirements far exceed current scale and vehicle holdings, TUG's deep Navy CDL experience offers high value to large primes.
Case workspace - 5 views
Agency / customer
Naval Surface Warfare Center, Dahlgren Division (NSWCDD)
Due date
2026-05-01
Place of performance
Dahlgren, Virginia
Requirements
16
Total rows with evidence
Sections
9
Grouped by category
Evidence confidence
Moderate confidence
Evidence strength
Mandatory
15
Must-meet requirements
Check these first before proposal work begins.
Due date
Capability Statements must be submitted via email no later than NOON EST on 1 May 2026.
Pricing sheet
Proposals for the Naval Surface Warfare Center, Dahlgren Division (NSWCDD) combat weapon system technology and engineering support follow-on requirement (RFP N0017827R3104) must be submitted by May 1, 2026.
Proposal package
Capability Statements must not exceed 10 pages in length and must use a font size of 9 or greater.
Capability Statements must not exceed 10 pages in length and must use a font size of 9 or greater.
Where this comes from
Relevant passage
Interested Seaport-NxG businesses shall submit capability statements, not to exceed a total of ten (10) pages in length with font size nine (9) or greater describing their ability to fulfill this requirement.
Capability Statements must include a company profile, capabilities description, personnel qualifications, certifications, corporate experience, surge capability, and a statement on meeting subcontracting limitations.
Where this comes from
Relevant passage
Capability statements shall include the following: (1) A company profile including the UEI number, CAGE code, and a statement regarding current Small Business status (2) A brief description of the Offeror’s capabilities relating to the draft SOW. (3) The qualifications, capabilities, and experience of the Contractor’s personnel (4) Specific certifications of personnel related to the SOW. (5) Relevant Corporate experience (6) Address the ability to meet surge in any year of performance.
Post-award resumes must follow a specific format, not exceed three (3) pages, and include a signed certification statement.
Where this comes from
Relevant passage
In order to facilitate evaluation of resumes submitted in accordance with C.19 and C-237-H002, all résumés shall be provided in the following format and are not to exceed three (3) pages each
All Government Furnished Information (GFI) and documentation must be retained at the Government work site.
Where this comes from
Relevant passage
Property Administrator. C.7.3 Government Furnished Information (GFI) (a) The Government will provide access to information and documentation required for Task Order performance (Attachment J.X, Government Furnished Information). (b) All information and documentation shall be retained at the Government work site. C.8 SECURITY C.8.1 Personnel and Facility Clearance Requirements (a) Facility Clearance Level (FCL) Requirement
All personnel directly supporting the Task Order must have a minimum of a SECRET security clearance. Specific Key Personnel require TOP SECRET with SCI eligibility.
Where this comes from
Relevant passage
(b) 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)
The Contractor must provide a secure data transmission line connecting their classified IT environment to NSWCDD's computing environment via Type 1 approved encryption device within 180 days of award.
Where this comes from
Relevant passage
C.8.16.2.1 The Contractor shall have or be willing to provide no later than 180 days after Task Order award: C.8.16.2.1.1 A data transmission line connecting the Contractor's classified IT environment to NSWCDD's computing environment via Type 1 approved encryption device.
Personnel performing Information Assurance (IA) functions must possess an approved commercial certification per DOD 8570.01-M at the time of performance start.
Where this comes from
Relevant passage
C.5.2 Per the requirements set forth in DOD 8570.01-M Information Assurance Workforce Improvement Program personnel performing Information Assurance (IA) functions
The Prime Contractor must possess a Top Secret Facility Clearance Level (FCL) and a Secret safeguarding clearance level at the primary facility.
Where this comes from
Relevant passage
(a) Facility Clearance Level (FCL) Requirement: The Prime Contractor supporting this Task Order is required to have an FCL of TOP SECRET and safeguarding clearance level of SECRET at the primary facility supporting this Task Order.
The Offeror must propose the exact Level of Effort provided in the Labor Mix table, totaling 857,472 hours (including 10% surge) over the 5-year period.
Where this comes from
Relevant passage
The Offeror must propose the exact Level of Effort provided in the Labor Mix table, totaling 857,472 hours (including 10% surge) over the 5-year period.
The Contractor must provide 17 Key Personnel FTEs meeting the specific desired attributes and experience levels outlined in the Key Personnel Qualifications table.
Where this comes from
Relevant passage
The solicitation requires seventeen (17) Key Personnel positions, each of which will be filled by a single FTE. All Key Personnel positions shall be considered senior. The following table lists these Key Personnel positions, as well as the Government’s desired attributes for each
Capability Statements must be submitted via email no later than NOON EST on 1 May 2026.
Where this comes from
Relevant passage
No telephone responses will be accepted. Responses must be received no later than NOON EST on 1 May 2026 via e-mail to collin.t.ende.civ@us.navy.mil and samantha.l.price22.civ@us.navy.mil. Responses should reference “Combat Weapon System Technology and Engineering Support”
Vendors interested in attending Industry Day must pre-register by 30 April 2026 and submit Visitor Request Forms by 05 May 2026.
Where this comes from
Relevant passage
Vendors interested in attending industry day need to notify both collin.t.ende.civ@us.navy.mil and samantha.l.price22.civ@us.navy.mil no later than 30 April 2026 with how many people will be attending (limit 2 per company)
Only SeaPort-NxG MAC IDIQ holders are eligible for award.
Where this comes from
Relevant passage
All SeaPort MAC holders need to register PIEE accounts in order to receive the solicitation and submit an offer. *ONLY SEAPORT MAC IDIQ HOLDERS are eligible for award.
The Contractor must submit a Contracting Officer’s Management Report (CDRL A010) and maintain a list of all personnel assigned to the Task Order.
Where this comes from
Relevant passage
The Contractor shall submit a Contracting Officer’s Management Report. (CDRL A010 – Contracting Officer’s Management Report) The Contractor shall maintain and provide a list of all personnel assigned to the Task Order.
USAC will evaluate offers based on Technical, Past Performance, and Price factors.
Where this comes from
Relevant passage
Collateral, Secret onto Unclassified, etc.). The Contractor’s performance as it relates to ES will be evaluated by the Government. ES reflects on the overall security posture of NSWCDD and a lack of attention to detail with regard to the handling of classified information of IS security discipline and will be reflected in the Contractor's performance rating. In the event that a Contractor is determined to be responsible for an ES, all direct and indirect costs
Proposals for the Naval Surface Warfare Center, Dahlgren Division (NSWCDD) combat weapon system technology and engineering support follow-on requirement (RFP N0017827R3104) must be submitted by May 1, 2026.
Where this comes from
Relevant passage
Naval Surface Warefare Center, Dahlgren Division (NSWCDD) which is a follow-on requirement to provide combat weapon system technology and engineering support. (RFP N0017827R3104) Collin Ende <collin.t.ende.civ@us.navy.mil>; Samantha Price <samantha.l.price22.civ@us.navy.mil> Published date: 2026-04-22 Proposal due date: 2026-05-01 date: 2026-05-01