Description
Requestion for Information (RFI) N61331-26-SN9-0001 Other Transaction Authority Agreement (OTA) Consortium Management Firm SLAM2ER - Seabed-Subsea, Littoral, Asymmetric-Autonomous, Mining and Mine Hunting, Expeditionary, Robotic Consortium Naval Surface Warfare Center, Panama City Division (NSWC PCD) NAICS Code: 541611 (Administrative Management and General Management Consulting Services) Response Date: 13 March 2026 Government POCs: Kristin S. Shaw (Agreement Specialist) Email: kristin.s.shaw.civ@us.navy.mil Anna Belle C. Tiller (ALT Agreement Specialist) Email: annabelle.c.tiller.civ@us.navy.mil 1.0 Purpose: The Naval Surface Warfare Center, Panama City Division (NSWC PCD) intends to accelerate research, development, prototyping, and transition of critical technologies in NSWC PCD's core mission areas. A consortium will provide a flexible and streamlined mechanism to solicit, evaluate, and fund innovative prototype projects that address the complex challenges of naval warfare. This special notice is to inform vendors of a Request for Information (RFI) from industry, academia, and research institutions. The purpose of this RFI is to competitively identify capable consortium management firms that can manage and administer an Other Transaction Agreement (OTA). The Naval Surface Warfare Center, Panama City Division (NSWC PCD) intends to competitively establish an Other Transaction Authority (OTA) Agreement with a single consortium management firm under the authority of 10 USC § 4021 and 10 USC § 4022 . This announcement constitutes an RFI only and does not commit the Government to any contractual agreement. 2.0 Background: NSWC PCD is the Navy's technical center of excellence for littoral warfare and coastal defense. Its mission is to conduct research, development, test, and evaluation, and in-service support of mine warfare systems, mines, naval special warfare systems, diving and life support systems, amphibious and expeditionary maneuver warfare systems, and other missions that occur primarily in coastal (littoral) regions, and execute other responsibilities as assigned by Commander, Naval Surface Warfare Center. To accelerate the delivery of innovative capabilities to the fleet, NSWC PCD intends to leverage the flexibility and speed of Other Transaction Authority (OTA) under 10 U.S.C. § 4021 to conduct basic applied and advanced research projects and § 4022 carry out prototype projects and follow on production projects. These authorities allow for engagement with a broad range of traditional and non-traditional defense contractors to execute complex research and prototyping and production projects. The OTA Consortium fosters development of interoperable, modular, open architecture that permit rapid and flexible technology upgrades, enhances collaboration with a variety of industry partners, promotes open communication between the Government and traditional and non-traditional partners and offers a pathway for non-traditional partners to participate in facilitation of solutions and new business opportunities. 3.0 Scope: The selected consortium management firm will be responsible for recruiting industry partners as members of the consortium. Members of the consortium will be comprised of both traditional and non-traditional defense contractors. Additionally, the consortium management firm will support the entirety of the OTA procurement process. This includes helping to identify requirements through industry days, reverse industry days etc., assisting with the solicitation process, and executing the final OTA agreement to the selected awardee(s). The prototype and production projects may involve both classified and unclassified requirements. The consortium management firm will not need to access classified information. For classified requirements, it is anticipated the consortium management firm could be peripherally involved in soliciting the requirements (e.g., work with Government security and administer DD254s). In these scenarios, the consortium management firm may issue a solicitation and receive proposals at the unclassified level and the Government will complete award at the necessary classification level up to top secret/sensitive compartment information. Fiscal and Property Laws are applicable to OTA agreements. Applicable Fiscal and Property statutes will be examined by the Government to ensure there is no conflict with a particular funding arrangement using an OTA agreement. Use of OTA does not eliminate the applicability of all laws and regulations. The selected Consortium Management company should note that negotiation of Government purpose rights may be utilized when necessary to accomplish program objectives, foster Government interests, and to balance the interests of the potential OTA awardees. Additionally, in cases where the prototype project is intended to, or likely to, result in follow-on production and deployment, the Government will assess the impact of restrictions on intellectual property rights, or the failure to obtain necessary intellectual property deliverables (e.g., technical data or computer software), on the Government’s total life cycle cost of the technology, both in costs attributable to royalties from required licenses, and in costs associated with the inability to obtain competition for the future production, operation, maintenance, upgrade, and modification of prototype technology. The Government anticipates unclassified projects under this agreement as well as classified projects with a security classification level up to TS-SCI – Top Secret/Sensitive Compartmented Information. The potential OTA agreement is anticipated to cover the following technology areas across Naval Surface Warfare Center Panama City Division (NSWC PCD). The list is provided for planning purposes only - the RFP will contain the final technology areas. Technical Areas of Interest: NSWC PCD is seeking capabilities across the following technical descriptions as derived from NSWC PCD’s strategic technical needs: (Respondents should indicate which of these areas align with their core competencies) 3.1 Command, Control, Computing, Communications, Cyber, Intelligence, Surveillance, Reconnaissance, and Targeting (C5ISRT). Research, development, and advanced demonstration of technologies forming the backbone of modern military operations. Key efforts include: Infrastructure and Software: Developing databases, secure networks, advanced software engineering practices, telecommunications, cloud security, and both hardware and software new computing paradigms. Information Dominance: Enhancing battlespace awareness through resilient, high-data-rate communications and cyber defense. Advanced Computing and Software: Researching tools and techniques for the entire system lifecycle, including formal verification, high-availability computing, compiler technologies, software assurance, and automated code generation. 3.2 Radio and Communications Systems Research, development, and demonstration of robust, secure, and agile radio communication technologies. Key areas of focus are: Advanced Waveform Development: Novel waveforms with enhanced anti-jamming (AJ) and Low Probability of Intercept/Detection (LPI/LPD) capabilities. Spectrum Agility and Management: Systems capable of Dynamic Spectrum Access (DSA) to operate effectively in congested and contested spectrum. Hardware and Platform Integration: Size, Weight, Power, and Cost (SWaP-C) optimized radio hardware with modular, open-architecture designs. Regulatory and Compliance Pathways: Ensuring systems are designed with a clear path toward spectrum certification (DoD, NTIA, and FCC). 3.3 Robotic and Autonomous Systems (RAS) and Counter Robotic and Autonomous Systems (CRAS). Research, development, and demonstration of robotic and autonomous systems across all domains (Space, Air, Surface, Ground, Underwater). Key efforts include: System and Payload Development: RDT&E of RAS and CRAS platforms and their integrated payloads. Advanced Control and Collaboration: Developing advanced control methods for individual systems and sub-systems to allow massive scalability for multi-RAS and CRAS "swarms" for both offensive and defensive missions. RAS and CRAS Security: Engineering systems to test, train, integrate, and operate RAS and CRAS capabilities and ensure the security of unmanned platforms. Deployment Systems: Prototyping and manufacturing of RAS and CRAS deployment and recovery systems, including environmental mitigation, control electronics, and modular designs. 3.4 Cyber and Cybersecurity Research, development, demonstration, test, and evaluation of tools and techniques for cyber warfare, system security, and cyber engineering. Key efforts include: Offensive and Defensive Cyber: Developing advanced applications, tools, and technologies for vulnerability and adversarial assessments. System Security Engineering: RDT&E technologies such as anti-tamper, supply chain risk management (SCRM), and security from microcode to application layer. Platform-Specific Cybersecurity: Ensuring compliance with Department of War (DoW) standards for high-speed connector platforms and investigating novel cybersecurity methods. 3.5 Materials and Advanced Manufacturing Research, development, and application of advanced materials and manufacturing processes. Key areas include: Advanced Materials: Developing lighter, stronger, and more resistant materials for terrestrial, marine, and undersea applications. Advanced Manufacturing: Exploiting processes like additive manufacturing and robotics for prototype fabrication. Design for Manufacturing: Improving system designs for ease and cost-effectiveness utilizing third-party Technical Data Packages (TDPs) or developed TDPs. Revitalization and Remanufacturing: Developing new methods for machinery revitalization and upgrades. 3.6 Modeling, Simulation, and Test & Evaluation RDT&E of technical capabilities by developing virtual prototypes and establishing robust testing standards. Key areas include: Modeling and Simulation (M&S): RDT&E of virtual prototypes to support component, system, and mission-level analysis. Test and Evaluation (T&E): Establishing new technology qualification standards to reduce development time and cost. Hydrospace Testing: RDT&E of systems designed for extreme environments (hyperbaric, extreme temperatures, high pressure). 3.7 Warfare and Mission Areas RDT&E of technologies and systems for specific warfighting domains. Key areas include: Subsea and Seabed Warfare (SSW): Technologies for underwater surveillance and counter-SSW. Expeditionary Warfare: Technologies for expeditionary and littoral mission systems. Maneuver Warfare: Technologies that support rapid and flexible maneuvers to disrupt an adversary. Mine Warfare (MIW) and Explosive Ordnance Disposal (EOD): Enhancing MIW and EOD capabilities with advanced sensors and payloads. Asymmetric Warfare: Rapidly developing systems to counter non-traditional or numerically superior threats through innovative and cost-effective solutions. Infrastructure Protection and Offshore Energy: Technologies to monitor and secure critical infrastructure from underwater threats. Spectrum Warfare: Technologies to control and exploit the electromagnetic spectrum. 3.8 Oceanography and Hydrography RDT&E of technologies for the accurate mapping of the seafloor and water column. Key areas include: Advanced Sensors and Payloads: RDTE for collecting and analyzing oceanographic and hydrographic data. Geographic and Hydrographic Localization: Technologies for positioning in GPS-denied environments. 3.9 Human Systems Integration (HSI) and Warfighter Performance Optimizing the interaction between warfighters and technology. Key efforts include: Human-Computer Interaction (HCI): Researching augmented/virtual reality (AR/VR), advanced data visualization, wearable interfaces, and performance monitoring. Human-Autonomy Teaming: Designing interfaces to improve teamwork between humans and autonomous systems. Cognitive and Physical Performance: Technologies and methods to enhance human performance and training. AI for Human Performance: Utilizing Artificial Intelligence/Machine Learning (AI/ML) to aid in decision-making and mission planning. 3.10 Logistics and Industrial Operations RDT&E of systems related to military transportation, logistics, and industrial processes. Key efforts include: Logistics Platforms: RDT&E of high-speed logistics platforms like Air Cushion Vehicles (ACVs) and wing-in-ground (WIG) effect vehicles, including innovative upgrades and payloads. Contested Logistics: RDT&E of logistics capabilities in contested environments, including manned and unmanned platforms, packing, and delivery mechanisms. Waterfront Industrial Operations: Enhancing the efficiency of industrial waterfront processes through automation and improved tools. 3.11 Diving, Life Support, and Force Protection RDT&E of technologies that ensure the safety and effectiveness of personnel in hazardous environments. Diving Systems: Technologies for safe diving operations (thermal protection, navigation, communication, propulsion, and diver tools). Life Support Systems: RDT&E of breathing loop systems for undersea, land, and air applications. Anti-Terrorism/Force Protection: Technologies and systems for anti-terrorism missions. Damage Control and Firefighting: Improving damage control through better PPE and automation. 3.12 Platform Design & Survivability (PDS) Enhancing the design and survivability of platforms for harsh, dynamic, and hostile undersea and coastal environments to avoid, defeat, and survive attacks. Key areas: Advanced Tools: Developing better design and engineering tools. Efficient Manufacturing: Using advanced manufacturing for faster and cheaper production. Stealth and Freedom of Operation: Improving the ability of platforms to remain undetected. 3.13 Undersea Precision Navigation and Timing (UPNT) and Artificial Intelligence/Machine Learning (AI/ML) UPNT: RDT&E of highly accurate methods for determining position and timing for undersea assets in GPS-denied environments. AI/ML: RDT&E to enhance MIW and SSW capabilities, including automated target recognition, threat analysis, real-time decision-making, advanced communication (LLMs), and efficient, low-power AI hardware. 3.14 Corporate Operations Research, development, and demonstration of innovative software and business tools to support Government corporate operation efforts. 4.0 Requested Information: NSWC PCD is seeking a qualified Consortium Manager (CM) firm to establish and administer this consortium. The CM will serve as the single point of contact for the Government for the OTA's administration and will be responsible for establishing and managing a consortium of traditional and non-traditional defense contractors, small businesses, and academic institutions. The CM will act as the single point of contact for the administration of the Other Transaction Agreement (OTA) and is expected to perform the following functions/key responsibilities include: • Consortium Administration: Establish the legal and operational framework for the consortium, including a governing structure and membership agreements. • Member Recruitment and Engagement: Market the consortium to attract, recruit, and retain a diverse and active membership, with a particular focus on engaging non-traditional defense contractors. • Solicitation of Projects: Collaborate with the Government to develop and issue calls for white papers or proposals (e.g., Research Project Announcements) to the consortium membership to address specific Government requirements. • Proposal Management: Receive and manage member responses to solicitations, ensuring a fair, transparent, and efficient evaluation process leading to Government award decisions. Collaborate with the Government to solicit proposals from members for specific prototype projects and conduct merit-based evaluations of proposals and make award recommendations. • Project Award and Execution: Award, manage, and monitor all project-level agreements or sub-awards made to consortium members. • Financial Management: Manage all financial aspects of the OTA, including the collection of membership fees (if applicable), distribution of project funding, and detailed financial tracking and reporting to the Government. • Collaboration and Communication: Facilitate collaboration between the Government and consortium members through activities such as technical interchange meetings, workshops, and industry days. Manage an online portal for communication and information sharing. Interested parties are requested to submit a white paper (PDF or MS Word) of no more than ten (10) pages. The submission should include: Cover Page (1 page): Corporate Information: Company Name, Address, and Website URL CAGE Code and Unique Entity ID (SAM.gov) Business size under NAICS 541611 and Point of Contact (Name, Title, Phone, Email). Statement of Capability to include (2-9pages): Corporate Expertise – Provide a narrative that describes the ability to meet the requirements. Address the approach and experience in the following key area examples (not all inclusive): Managing consortia or similar multi-party agreements Administering OTAs or other flexible acquisition vehicles Recruiting and managing a diverse membership base. Managing competitive project solicitations and awards. Financial management and reporting for large, complex programs Collaboration and Communication Past & Relevant Experience - Provide specific examples of relevant projects from the past 3-5 years with details such as the customer, period of performance, Procurement Instrument Identifier (PIID), contract value and a description of the work performed that demonstrates its relevance to consortium management. Specific Information requested - Describe your strategy for attracting non-traditional defense contractors to a consortium. Services/benefits offered to the Government (i.e. Hosting Industry days etc.) Describe approach to ensuring fair and rapid evaluation of member proposals Describe the accounting/financial and reporting systems used to manage project-level funding. Describe the business model for the consortium and the relationship between the consortium and the participants. (Are they competitors/partners, work distribution etc.) Describe how the deletion or addition of consortium participants will impact performance and if the Government’s interests will be served by having input in the changes in the pool/qualifications of the participants. Provide information if the consortium includes foreign members and the security issues considered. Provide rationale for fee structure/s and fees compared to the CMO duties and if commensurate with the perceived benefit to the Government Provide information regarding consortium dues (i.e. description of structure/ methodology or calculations etc.) and when they are due (i.e. one time/annual etc.). Status of facility clearance and level of safeguarding or demonstrate the ability to obtain a facility clearance. Specific clearance requirements at the time of individual project agreement award will be provided when applicable. The Government anticipates projects under this agreement with a security classification level up to TS-SCI – Top Secret/Sensitive Compartmented Information. Describe the time frame for awards to be made and work to be accomplished within the consortium and how work is solicited (i.e. annually at set times verses ad-hoc or as needs arise etc.). Whether the CM has a process regarding the Government making unilateral changes (for example, changing the name of the AO, or changing funding information that does not impact the amount the performer is paid) and if the CM or member will be entitled to compensation for unilateral changes (if requested by the Government), the process by which the CM/member may request additional compensation or if the Government has a right to reduce compensation, and how the parties (including sub performers) will resolve any disputes/disagreements about the interpretation of the unilateral change and the impact on the price, particularly in agreements with fixed-amount characteristics. 5.0 Submission Guidelines: White papers shall be submitted in PDF format to the email address listed on page 1. The subject line of the email shall read: “Response to RFI NSWC-PCD-SLAM2ER OTA-N6133126SN90001.” The page limit is 10 pages (12-point Times New Roman font), including the cover page. Do not submit classified information. Proprietary information must be clearly marked. The Government will take all necessary steps to protect properly marked proprietary data. All questions related to this RFI must be received no later than 12:00 PM (CST) on 6 March 2026 by email to Kristin S. Shaw (kristin.s.shaw.civ@us.navy.mil) and Anna Belle C. Tiller (Annabelle.c.tiller.civ@us.navy.mil). All email responses with the capability statement shall be received no later than 12:00 PM (CST) on 13 March 2026 and contain the subject line “RFI_N61331-26-SN9-0001_COMPANY NAME”. The Government will post responses to questions received in response to this RFI via an amendment; the amendment will be posted within the SAM.gov portal. Any future competitive requests for proposals will be issued by a separate announcement. 6.0 Disclaimer: SAM is a centralized web-based tool used by the federal Government’s executive agencies as the authoritative source for federal awardee data. SAM’s Entity Information module maintains annually self-reported entity information including address and contact information, banking information, and representations and certifications. Companies and other organizations who are prime awardees for OT agreements must register in SAM for the purpose of “All Awards” and maintain an Active registration status. In the case of a consortium, the consortium lead company or the consortium manager, must be fully registered for all awards as a prime awardee. The prime awardee should use its Unique Entity Identifier (UEI) from SAM (https://sam.gov). Additionally, under a consortium OT award, each member serving as the primary performer on an award must obtain a Unique Entity Identifier (UEI) from SAM and provide it to the government for reporting for any orders underneath the OT agreement. The registrant may choose the registration reason “I want to be able to bid on federal contracts or other procurement opportunities. I also want to be able to apply for grants, loans, and other financial assistance programs.” This covers all procurement and other transactions (for research, prototype, and production). This registration is necessary to ensure compliance with, at a minimum, with the Debt Collection Improvement Act of 1996, the Federal Funding Accountability and Traceability Act of 2008, and the Digital Accountability and Transparency Act of 2014; as well as enables efficient processing of performer invoices and payments. Registration will result in the assignment of a Commercial and Government Entity (CAGE) code that is required for identification of the performer in many DoD systems. This RFI is for market research and planning purposes only and does not constitute a solicitation, Invitation for Bid, or Request for Proposal (RFP), and it should not be construed as a commitment by the Government. The Government will not award a contract based on this RFI, nor will it pay for any information or administrative costs incurred in response to this notice. All information received in response to this RFI that is marked "Proprietary" will be handled as such. If a solicitation is released, it will be synopsized on the System for Award Management (SAM) website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Responses to the RFI papers will not be returned. The requirements for properly handling and disseminating controlled and restricted information shall flow down to respective personnel, consortium management firms/member, entities, agents, prime/subcontractors, at all levels receiving access to such data. Upon successful award of the OTA for Consortium Management (CM) – this is notice that NSWC PCD will consult with Security to ensure the appropriate security requirements and flow down of requirements is a best practice for ensuring proper handling of controlled and restricted data.