FA-18E/F Infrared Search and Track (IRST) Block II
Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: MO. Response deadline: Feb 25, 2026. Industry: NAICS 336413 • PSC 1560.
Market snapshot
Awarded-market signal for NAICS 336413 (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 336413
Description
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.
The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its intention to procure FA-18E/F Infrared Search and Track (IRST) Block II replaceable assemblies (WRAs), specifically the Fuel Tank Assembly (FTA) and Sensor Assembly Structure (SAS). The FTA and SAS must be capable of housing the Infrared Receiver (IRR), Processor, Inertial Measurement Unit (IMU), and Environmental Control Unit (ECU), procured separately from the FTA and SAS. In addition, the offeror must be capable of performing automated test procedures (ATPs) on this specific WRA and troubleshooting any issue(s) at its facility.
THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible small and/or other than small business firms capable of providing the supplies/services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this sources sought. Any contract actions that the Government may intend to procure in the future will be synopsized on the Government-wide Point of Entry (GPE) as applicable in accordance with FAR 5.201(b).
SUBMISSION DETAILS
Interested businesses shall submit a brief capabilities statement package (no more than ten 8.5 x 11 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. The capability statement package shall be sent via email to Katlen.r.saffioti.civ@us.navy.mil. Submissions must be received no later than 4:00 p.m. Eastern Standard Time on 20 March 2025. Questions or comments regarding this notice may be addressed to Katlen.r.saffioti.civ@us.navy.mil. All responses shall include Company Name, Company Address, Company CAGE Code, Company Business Size, and Point of Contact (POC) including name, phone number, and email address.
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.