Loading...
N00421-26-RFPREQ-TPM209-0264
Response Deadline
May 26, 2026, 8:00 PM(EDT)15 days
Eligibility
Contract Type
Sources Sought
This is a Sources Sought notice for market research purposes only. This is not a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information from qualified and interested parties regarding their capabilities to provide comprehensive support for the Low Probability of Intercept Altimeter (LPIA) program. The Government will not reimburse respondents for any costs incurred in responding to this notice.
The purpose of this notice is to identify potential sources capable of providing the required support for the LPIA systems, including the R/T-1805/APN Receiver/Transmitter units and associated software. The Government is anticipating this contract to be an Indefinite Delivery Indefinite Quantity (IDIQ). The Government awarded a previous C-type contract to BAE Systems. The incumbent contract information is as follows.
Contractor: BAE Systems
Contract Number: N00421-24-C-0052
Contract End Date: May 2026
Contract Type: Firm Fixed Price (FFP)/Cost Plus Fixed Fee (CPFF) Contract
The LPIA is a radar altimeter used across multiple military services that utilizes a frequency-hopped, spread-spectrum waveform to reduce its probability of being detected. This advanced processing allows for high accuracy and resistance to jamming.
2.0 Scope of Work
The Government is seeking sources capable of performing the following efforts to support the LPIA system and its associated software. The LPIA R/T-1805/APN Receiver/Transmitter (R/T) is an advanced technology radar altimeter required by Naval Air Systems Command (NAVAIR) to improve survivability, reliability, and maintainability of fleet aircraft. The LPIA operates in the radar altimeter band of 4200 MHz to 4400 MHz. The LPIA accurately determines the aircraft’s height above the terrain and incorporates techniques to achieve a very low probability of signal interception, detection, or exploitation. The LPIA R/T is a Form, Fit and enhanced Function (FFF) replacement for the AN/APN-194(V) family of receiver transmitters, RT-1015A/A and RT-1042A/A. The LPIA must conform to the current LPIA specification, waveforms, Radio Frequency characteristics and responses, interfaces and work with antennas currently installed on aircraft that have the LPIA installed. The contractor shall provide production, engineering and logistics support, delivery and repair of LPIA units.
3.0 Required Capabilities and Experience
Interested parties should demonstrate experience, knowledge, and capabilities in the following areas:
Proven experience with radar altimeters, particularly those with Low Probability of Intercept (LPI) characteristics.
Demonstrated capability in managing obsolescence, including component redesign and re-qualification.
Experience in providing lifecycle logistics, engineering, and technical support for complex avionics systems.
A robust supply chain management system for procuring authentic and reliable electronic components.
Experience with military aviation software, including development, testing, and licensing.
4.0 Submission Requirements
Interested businesses are requested to submit a capabilities statement. The statement shall be limited to a maximum of 10 pages and should include the following information:
Company Information:
Unique Entity ID (UEI) and CAGE Code
Point of Contact (Name, Title, Phone, and Email)
Business Size/Status:
Indicate your business size under the specified NAICS code 334511.
Specify any socioeconomic status, such as Small Business, 8(a), Woman-Owned Small Business (WOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), or HUBZone.
Capabilities Statement:
A description of your company’s ability to perform the Scope of Work (Section 2.0).
A summary of relevant past performance on contracts of similar size and scope with government or commercial entities. Please include contract numbers, customer points of contact, and a brief description of the work performed.
A description of your company's facilities, personnel, and quality assurance processes.
5.0 Submission Instructions
Please submit your capability statement via email to Grace Gillespie at grace.a.gillespie.civ@us.navy.mil no later than 4:00pm on 23 May, 2026. Please use the subject line: "Response to Sources Sought for LPIA IDIQ".
6.0 Disclaimer
This Sources Sought is for market research and planning purposes only and does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This notice does not commit the Government to contract for any supply or service whatsoever. The Government will not award a contract on the basis of this notice or pay for any information or administrative costs incurred in response to it. All information received in response to this notice that is marked as proprietary will be handled accordingly.
DEPT OF DEFENSE
DEPT OF THE NAVY
NAVAIR
NAVAIR NAWC AD
NAVAL AIR WARFARE CENTER AIR DIV
NAVAL AIR WARFARE CENTER AIR DIV
BUILDING 439 SUITE F
47110 LILJENCRANTZ ROAD UNIT 7
PATUXENT RIVER, MD, 20670-1545
NAICS
Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
PSC
RADAR EQUIPMENT, AIRBORNE
Set-Aside
8(a) Sole Source (FAR 19.8)