Loading...
N00019-25-RFPREQ-TPM272-0248
Response Deadline
Apr 23, 2026, 7:30 PM(EDT)15 days
Eligibility
Contract Type
Sources Sought
DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
INTRODUCTION: The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its intention to award a contract for ALE-55 Repair and Field Services for FY 2027. This contract is associated with the Technical and Field support, and repair of the T-1622/ALE-55 (V) Fiber Optic Towed Decoy (FOTD) Rounds, CV-4334/ALE-55 (V) and CV-4334A/ALE-55 (V) Electronic Frequency Converter (EFC), hereinafter referred to as the ALE-55 Subsystem.
THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible businesses capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice.
ELIGIBILITY: The Product/Service Code (PSC) most appropriate for this contract 5865 – Electronic Countermeasures, Counter-Countermeasures and Quick Reaction Capability Equipment.
ANTICIPATED PERIOD OF PERFORMANCE: This contract is planned to contain a base year with two option years, and is intended to satisfy Government requirements for FY 27 through FY29. The anticipated award date is February 2027.
ANTICIPATED CONTRACT TYPE: The contract type is anticipated to be Cost Plus Fixed Fee.
PROGRAM BACKGROUND: The AN/ALE-55 Subsystem consists of an off-board Fiber Optic Towed Decoy (FOTD) and on-board Electronic Frequency Converter (EFC). The FOTD is a high-powered electronic off-board countermeasure and self-protection jammer that provides aircrafts with Radio Frequency (RF) self-protection jammer from missile threats. The EFC converts RF signals sent from the aircraft’s electronic warfare system to the FOTD.
REQUIRED CAPABILITIES
Requirements include familiarity and understanding of the AN/ALE-55 Subsystem advanced technology to improve aircraft/aircrew survivability and aircrew situational awareness. Hardware tasking includes production and delivery of AN/ALE-55 hardware and support equipment; engineering and technical support; and financial data reporting. Manufacturing and repair knowledge, technology, infrastructure, capacity, and technical data are required for timely fulfillment of hardware and repair requirements for new deliverables or repair and support of Government-owned end items. Aircraft integration support includes supporting the user interface, aircraft hardware installation troubleshooting and technical support, as well as test and evaluation analysis and support. Handling and use of classified information is required.
Interested businesses shall demonstrate that your company currently possesses or has authorized access to the necessary technical data, or has a viable plan to obtain, generate, or otherwise secure the necessary technical data, and that it will be maintained throughout the duration of the effort being solicited. Interested businesses shall demonstrate the capability to meet the Government’s required timelines. You may also submit information that demonstrates how you could potentially meet these requirements for future opportunities.
INCUMBENT: This is a follow-on requirement. The incumbent contractor is: BAE Systems, 65 Spit Brook Rd, Nashua, NH 03060-6909.
SUBMISSION DETAILS: Interested businesses shall submit a brief capabilities statement package (no more than ten (10) 8.5 x 11 inch pages, font no smaller than 12 point, 1.5 line spaced), in bullet point format, demonstrating their ability to perform the services described herein no later than 23 April 2026. The capability statement packages shall be sent by email to jeda.m.yurko.civ@us.navy.mil. Submissions must be received at the office and/or email cited no later than 3:30 p.m. Eastern Standard Time on the dates listed above. Questions or comments regarding this notice may be addressed to Jeda Yurko at the above email address. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number and email address.
Jeda Yurko
DEPT OF DEFENSE
DEPT OF THE NAVY
NAVAIR
NAVAIR HQS
NAVAL AIR SYSTEMS COMMAND
NAVAL AIR SYSTEMS COMMAND
NAVAL AIR SYSTEMS CMD HEADQUARTERS
NAVAL AIR STATION
PATUXENT RIVER, MD, 20670-5000
NAICS
Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
PSC
ELECTRONIC COUNTERMEASURES, COUNTER-COUNTERMEASURES AND QUICK REACTION CAPABILITY EQUIPMENT