- 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
Support of the Low Probability of Intercept Altimeter (LPIA) System
Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: NJ. Response deadline: Mar 13, 2026. Industry: NAICS 334511 • PSC 5841.
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 334511 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 334511
Description
The Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, MD intends to negotiate and award a Basic Ordering Agreement (BOA), for the Low Probability of Intercept Radar Altimeter (LPIA) Receiver-Transmitter RT-1805/APN-02, RT-1805/APN-04, RT-1805/APN-05, and associated software for each system in support of U.S. Navy/U.S. Marine Corps, U.S. Air Force, U.S. Army, U.S. Coast Guard, other DoD activities and International Programs Office (IPO) customers to BAE Systems, Wayne, NJ.
In accordance with FAR 6.302-1(a)(2), the Government has deemed the requirements listed above to be available only through the original source and award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition. BAE Systems is the Original Equipment Manufacturer (OEM) of both the hardware and software of the LPIA, to include the RT-1805/APN-02, RT-1805/APN-04, RT-1805/APN-05, and software for each system. As the sole designer, developer and OEM, BAE Systems is therefore the only company that has the ability, resources, technology and documentation necessary to modify, develop, produce, maintain and support these systems. Therefore, BAE Systems is the only responsible source and no other supplies or services will satisfy agency requirements.
THIS NOTICE OF INTENT IS NOT A REQUEST FOR PROPOSALS. The Government does not intend to fund the development or qualification of other sources for fulfilling this requirement. However, interested parties may identify their interest and capability by responding to this requirement. The Government will consider all information received prior to the closing date of this synopsis. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this procurement based upon responses to this notice is solely within the discretion of the Government. No phone inquiries will be entertained. All inquiries and concerns shall be addressed via email to Mackenzie Buscher no later than 6 February, 2026, 4:30pm eastern time. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government.
Companies interested in subcontracting opportunities should contact BAE Systems directly.
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.