Repair Supplies and Services for APX-123, Common Identification, Friend or Foe (IFF) Digital Transponder (CXP) Systems
Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: NY. Response deadline: Feb 25, 2026. Industry: NAICS 334511 • PSC 5826.
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
SOURCES SOUGHT
INTRODUCTION
The Naval Air Systems Command (NAVAIR) intends to procure supplies and services required to test, repair, maintain and deliver the APX-123, Common Identification, Friend or Foe (IFF) Digital Transponder (CXP) Systems.
DISCLAIMER
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. IT IS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL AND ELIGIBLE BUSINESSES CAPABLE OF PROVIDING THE SUPPLIES/SERVICES DESCRIBED HEREIN, PRIOR TO DETERMINING THE METHOD OF ACQUISITION AND ISSUANCE OF A REQUEST FOR PROPOSAL. THIS IS NOT A REQUEST FOR PROPOSALS. 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. THE GOVERNMENT IS NOT COMMITTED NOR OBLIGATED TO PAY FOR THE INFORMATION PROVIDED, AND NO BASIS FOR CLAIMS AGAINST THE GOVERNMENT SHALL ARISE AS A RESULT OF A RESPONSE TO THIS SOURCES SOUGHT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT IS STRICTLY VOLUNTARY.
ELIGIBILITY
The applicable NAICS code is 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. The Product Service Code (PSC) is 5826 - RADIO NAVIGATION EQUIPMENT, AIRBORNE. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size.
ANTICPATED PERIOD OF PERFORMANCE
Anticipated period of performance is one (1) year.
ANTICIPATED CONTRACT TYPE
Firm fixed price contract line item numbers (CLINs).
REQUIRED CAPABILITIES
NAVAIR is seeking to contract directly with BAE Systems Information and Electronics Systems Integration, Inc (BAE); however, the Government will consider responses for the purpose of determining whether to conduct a competitive procurement. Tasking will consist of non-recurring engineering, reliability/sustainability improvements, qualification, test, repair and modification support, spare and repair parts for the APX-123, Common IFF CXP Systems and Change Kits, at multiple levels of certification.
SUBMISSION INFORMATION
The requested information herein is to assist the Government in conducting market research to determine if potential business sources have the assets, skills, experience, financial stability, qualifications, rights to technical data, and knowledge required to support the requirements described herein.
It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the tasking listed under the required capabilities. This documentation must address at a minimum the following:
- Company Name; Company Address; Company Business Size, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address.
- Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status;
- Prior/current corporate experience performing efforts of similar size and scope to the tasking described under Required Capabilities Section within the last three years, including contract numbers, contract values, Government point of contract with current telephone number, and a brief description of how the referenced contract related to those tasks.
- Management approach to staffing this effort with qualified personnel;
- Company’s ability to access APX-123, Common IFF CXP Systems technical data to support all elements of logistics, and life cycle sustainment to include maintenance, obsolescence mitigation, software updates, Engineering Change Proposals and box level AIMS certification.
- What specific technical skills does your company possess which ensures capability to perform the tasks?
- Provide any existing technical data licenses of agreements with BAE, the Original Equipment Manufacturer (OEM), for performance of related tasking or provided documentation, with concurrence from the OEM, demonstrating the ability to obtain any necessary license/agreement for access to required technical data for this effort. Documents submitted in response to this requirement will not be counted against any page limitations.
- Respondents to this notice must also indicate whether they are a large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned, Small Business Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern.
- Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office location, CAGE code, DUNS number, etc.
- If you are a small business, provide an explanation of your company’s ability to perform at least 50% of the tasking described in the required capabilities section, either individually or along with any combination of small businesses.
Responses to this Sources Sought, including any capabilities statement, shall be electronically submitted via email to Carl Wagner at carl.a.wagner15.civ@us.navy.mil in either Microsoft Word or Portable Document Format (PDF). The deadline for response to this request is 4:00 p.m., Eastern Standard Time, February 25, 2026.
All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be protected. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. No phone calls will be accepted.
All questions must be submitted via e-mail. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought.
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.