Loading...
N00421-26-RFPREQ-TW00000-0874
Response Deadline
May 8, 2026, 8:00 PM(EDT)14 days
Eligibility
Contract Type
Sources Sought
INTRODUCTION
The NAWCAD WOLF Air Traffic Control and Landing Systems (ATC&LS) Division, operating under the oLSI® model, has requirements to provide depot function and capability support; hardware support; maintenance support; Software Sustainment Activity (SSA) support; In-Service Engineering Activity (ISEA) support; installation and integration support; Program Management Review (PMR) support; guidance quality model support; and Verification, Validation, and Accreditation (VV&A) support. This requirement is in direct support of projects related to multiple major defense acquisition programs, other acquisition category designations, and/or other defense weapons systems to include, but not be limited to, Joint Precision Approach and Landing System (JPALS), with an agile management approach to ensure that solutions are delivered efficiently and effectively. The NAWCAD WOLF ATC&LS Division is the ISEA for all Navy ATC&LS support. The ATC&LS Division has a requirement to ensure Navy ATC&LS equipment is operable and maintainable through 2040. The intention of this sources sought is for market research purposes pursuant to Federal Acquisition Regulation (FAR) Part 10. Responses to this sources sought will be utilized to determine the government’s acquisition strategy.
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.
PROGRAM BACKGROUND
This requirement is a follow on to contract N00421-20-G-0006 for the Collins Aerospace Government Systems, as the Original Equipment Manufacturer (OEM) of Joint Precision Approach and Landing System (JPALS). This requirement extends the performance for NAWCAD WOLF to continue In Service Engineering Activities (ISEA).
The requirement is to provide depot function and capability support; hardware support; maintenance support; Software Sustainment Activity (SSA) support; In-Service Engineering Activity (ISEA) support; installation and integration support; Program Management Review (PMR) support; guidance quality model support; and Verification, Validation, and Accreditation (VV&A) support. These efforts are required to ensure Fleet operability requirements are met. Collins Aerospace Government Systems, as the Original Equipment Manufacturer (OEM) of JPALS, is the only company with the requisite knowledge, experience, and technical expertise required to provide support of U.S. Navy Precision Approach and Landing System (PALS).
The contract type anticipated for this requirement is a sole source C-Type contract for supplies and services with cost-plus-award-fee, firm-fixed-price and cost reimbursement CLINs. Contract award is currently anticipated to occur in March of 2027.
REQUIRED CAPABILITIES
To be considered capable, a Contractor must:
For the following list of products, the contract must be able to provide the services listed in I., II., and III.
Part Number DESCRIPTION
822-3070-001 Amplifier, High Power
822-2868-002 SHIP GPS SENSOR UNIT, SGSU
822-2987-002 INTERFACE UNIT, DATALINK - JDIU-100
822-3640-001 UHF ANTENNA, UANT-390
822-2408-001 ARC-210 RT-1939(C)
Be capable of establishing and managing a depot function for the repair, maintenance, and storage of the listed components.
Provide software sustainment support to include identification and resolution for software deficiencies.
Demonstrate technical expertise for providing software & hardware solutions for system upgrades, Engineering Change Proposals (ECPs), and obsolescence.
Demonstrate engineering knowledge to provide Guidance Quality support for the development, maintenance, and testing of the JPALS Airborne algorithms.
Demonstrate a proficiency in supporting Verification, Validation, and Accreditation (VV&A) for all JPALS related Modeling and Simulation (M&S) components.
ELIGIBILITY
The applicable North American Industry Classification (NAICS) code for this requirement is 541330, Exception A - Military and Aerospace Equipment and Military Weapons. The product service code (PSC) is J017.
SUBMISSION DETAILS
Interested vendors should submit their capabilities statement in a document of no more than four (4) pages containing no smaller than ten-point font. This document shall demonstrate the capability to meet the required capabilities noted in this posting, including specifically addressing each of the capabilities in items a-e above. Additionally, all responses shall include Company Name, CAGE Code, Address, Business Size, and Points-of-Contact (POCs) including name, phone number, fax number and mailing address.
All responses to this sources sought shall be submitted electronically to Melissa Pohler, mail to: melissa.a.pohler.civ@us.navy.mil by 08 May 2026.
Jennifer Lundburg
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
Engineering Services
PSC
MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT LAUNCHING, LANDING, AND GROUND HANDLING EQUIPMENT
Set-Aside
No Set aside used