- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Sources Sought for F/A-18 E/F ADVEW Flight Test Integration
Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: MO. Response deadline: Apr 03, 2026. Industry: NAICS 336411 • PSC 1510.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 336411 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 25 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 336411
Description
INTRODUCTION
This Sources Sought notice is being posted to satisfy the requirement of Defense Federal Acquisition Regulation Supplement PGI 206.302-1(d). The Naval Air Systems Command (NAVAIR) at Patuxent River, MD (V2231), intends to negotiate and award a sole source modification to The Boeing Company (TBC) to Delivery Order (DO) N0001925F0085 under Basic Ordering Agreement (BOA) N00019-21-G-0006 for an upgrade to the F/A-18 E/F Electronic Warfare (EW) suite, known as Advanced Electronic Warfare (ADVEW). ADVEW will combine two systems of the existing Electronic Warfare (EW) suite, ALR-67 Radar Warning Receiver and the ALQ-214 Self-Protect Jammer, into a single system providing automated EW processing in an Open System Architecture. The suite will enable both offensive and defensive capabilities for the F/A-18 E/F and support multiple sensor enhancements to include the AN/APG-79 radar Wideband Receiver (WBR) upgrades providing instantaneous bandwidth and integration of EW signals into ADVEW.
ELIGIBILITY
The Product Service Code (PSC) for this requirement 1510 (Aircraft, Fixed Wing), and the NAICS code is 336411 (Aircraft Manufacturing).
REQUIRED CAPABILITIES
This effort requires direct knowledge of the design and configuration of the F/A-18E/F Aircraft. This modification will definitize the previously awarded Undefinitized Contract Action (UCA) and is anticipated to include final design, fabrication, delivery, and installation of the A-Kit design for a production Block III F/A-18E and a production Block III F/A-18F configured with and without the Wide Band Radar System (WRBS) in FY26. The contractor shall utilize the design efforts accomplished previously and utilize the materials purchased under the UCA.
INCUMBENT
This contract action will be a modification to DO N00019-21-G-0006 N0001925F0085 under the BOA.
ANTICIPATED PERIOD OF PERFORMANCE
The anticipated period of performance for this modification is 36 months.
ANTICIPATED CONTRACT TYPE
The Government anticipates issuing a Cost-Plus-Fixed-Fee (CPFF) modification under this Delivery Order.
SUBMISSION DETAILS
Interested businesses shall submit a brief capabilities statement package (no more than ten (10) 8.5x11 inch pages, font no smaller than 12 point, 1.5 spaced) demonstrating their ability to provide the supplies or services listed in the required capabilities described herein. Documentation should be in bullet format. 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.
The documentation must address, at a minimum, and contain the following: the type of work your company has performed in the past 3 years in support of same/similar requirement(s), Cage Code, UEI number, and DUNN’s number. Include information such as contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact and current telephone number, and a brief description of how the contract reference relates to the required capabilities described herein.
Describe the specific technical capabilities and experience which your company possesses which will ensure capability to perform requirements as outlined in the required capabilities described herein.
The Government will acknowledge receipt of responses received. It is the contractor’s responsibility to follow-up with the Government in the event that an acknowledgement of receipt is not received.
The capability statement packaged shall be sent by email to:
Jennifer Moses
Jennifer.l.moses13.civ@us.navy.mil
Submissions must be received at the office cited not later than 5:00 p.m. Eastern Standard Time on 03 April 2026.
Questions or comments regarding this notice may be addressed to Jennifer Moses at Jennifer.l.moses13.civ@us.navy.mil.
Contracting Office Address:
Building 2272 RM 445
47123 Buse Road Unit IPT
Patuxent River, Maryland 20670
United States
Period of Performance:
Performance is anticipated to occur at TBC in Saint Louis, MO.
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR
PROPOSAL. IT DOES NOT CONSITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A
COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS, AND THE
GOVERNEMENT 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 INFORMANTION SUBMITTED BY RESPONDENTS TO THIS TEHNICAL
DESCRIPTION IS STRICTLY VOLUNTARY.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.