Skip to content
Department of Defense

Airborne Radar Solutions Supporting Multi-mission Maritime Aircraft

Solicitation: N00019-26-RFPREQ-APM290-0571
Notice ID: d7e950c6825641f396e1e635b193b9c7
TypeSources SoughtNAICS 336413PSC5841DepartmentDepartment of DefenseAgencyDept Of The NavyStateKYPostedFeb 05, 2026, 12:00 AM UTCDueFeb 12, 2026, 04:59 AM UTCExpired

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: KY. Response deadline: Feb 12, 2026. Industry: NAICS 336413 • PSC 5841.

Market snapshot

Awarded-market signal for NAICS 336413 (last 12 months), benchmarked to sector 33.

12-month awarded value
$352,849,706
Sector total $20,454,451,763 • Share 1.7%
Live
Median
$99,750
P10–P90
$29,564$937,663
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.7%
share
Momentum (last 3 vs prior 3 buckets)
+3095%($331,431,626)
Deal sizing
$99,750 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for KY
Live POP
Place of performance
Mc Kinney, Kentucky • United States
State: KY
Contracting office
Patuxent River, MD • 20670-5000 USA

Point of Contact

Name
Brittney Davis
Email
brittney.f.davis.civ@us.navy.mil
Phone
Not available
Name
Maria Donnelly
Email
maria.a.donnelly2.civ@us.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVAIR
Office
NAVAIR HQS • NAVAL AIR SYSTEMS COMMAND
Contracting Office Address
Patuxent River, MD
20670-5000 USA

More in NAICS 336413

Description

THIS REQUEST IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. 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 DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED.

The Naval Air Systems Command (NAVAIR), Program Executive Office (PEO) Assault (A) Maritime Patrol and Reconnaissance Aircraft Program Office (PMA-290) is seeking information from industry on capability to design, fabricate, assemble, inspect, test, integrate, and deliver maintenance and development solutions for the APY-10 Radar on the P-8A platform. The solution(s) must be compatible with the RADAR Weapons Replaceable Assemblies (WRAs) including the Receiver Exciter Processor (REP) and RADAR Data Center (RDC) for the APY-10 RADAR and Navigation System.  The solution shall include the following key deliverables:

Flight Line Systems Diagnostics (FLSD) Tool Upgrade to the Update core Radar Operator Application (ROA) software for installation on existing Navy maintenance laptops.

Enhanced RADAR System Simulator (eRSS) that enhances testing and development capabilities to resolve Diminishing Manufacturing Sources and Material Shortages (DMSMS) issues present in the legacy RADAR System Simulator (RSS) tool.

The information submitted should address the feasibility of performing the following tasks:

  • Support the technical approach required for design, development and manufacturing of ROA software design shall enable Operational-Level (O-Level) APY-10 system troubleshooting and software-loading capabilities via the P-8A maintenance laptop and be deployable to all P-8A cooperative (co-op) and Foreign Military Sales (FMS) partners.
  • The eRSS design shall enable high-fidelity APY-10 simulation for the Pax River System Integration Lab (PaxSIL), the Weapons System Integration Lab (WSIL), and Raytheon System Integration Lab (RTXSIL); and support P-8A on-aircraft integration for Live, Virtual, Constructive (LVC) training environment.   

Include specific relevant technical and management experience performed in the past five (5) years. The requested information is to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, and knowledge required to support the above request. Include a statement regarding industrial security clearance. This Sources Sought is not, however, a request for inquiries concerning subcontracting opportunities.

The Raytheon Company is the original designer, developer, and manufacturer of the P-8A Poseidon APY-10 Radar System. NAVAIR plans to equip the P-8A community with the eRSS, with a planned total of four units. Additionally, NAVAIR plans to equip the P-8A community with the ROA software to deploy across approximately 143 maintenance laptops.  The anticipated award date is third quarter of Government Fiscal Year (FY) 2026 with deliveries in FY28.

SUBMISSION DETAILS:

Interested persons may submit a Capability Statement identifying their interest and capability to respond to the requirement or submit proposals. Only Capability Statements received on or before 15 calendar days after the posting date of this Notice will be considered by the Government. A determination by the Government not to compete this proposed contract action based upon responses to this Notice is solely within the discretion of the Government. Capability Statements received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability Statements submitted should be pertinent and specific in the technical/management/business area under consideration, on each of the following qualifications.

  1. Small/Large Business Status: A company profile to include number of employees, annual revenue history, office location(s), DUNS Number, CAGE Code, and a statement regarding current small/large business status.
  2. Execution: A description of the technical approach for meeting schedule and performance requirements of the contemplated procurement. If a small business, provide a description of the plan for ensuring that the small business performs at least 50% of the work itself in terms of cost of performance.
  3. Experience: A description of previous (awarded within last 3 years) or current relevant contracts.
  4. Personnel: Name, professional qualifications and specific experience of key personnel (e.g., program manager(s), project manager(s), technical lead(s), etc.
  5. Facilities: Availability and description of facilities and equipment that will be utilized to meet requirements.
  6. Security: A description of facility and personnel security regarding the handling and storage of classified information and hardware.
  7. Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the Capability Statement.

Responses to this RFI are not to exceed 20 pages in length on 8.5 x 11 paper with one inch margins and font no smaller than 10 point Times New Roman. A two-sided page will be considered one page for the purpose of counting the 20-page limit. Responses may include multiple concepts. The Government requests that the respondents deliver responses electronically via e-mail in Microsoft Work or PDF format with proper markings for unclassified and proprietary information within 15 days of the publication date of this RFI. Classified material SHALL NOT be submitted. All submissions should include RFI Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contract who is able to discuss the material submitted. Point-of-contract information shall include name, position, phone number, and e-mail address. Acknowledgement of receipt will be provided. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR Part 15.207. All submissions shall be clearly marked with the following caption: Controlled Unclassified Information, Releasable to Government Agencies for Evaluation Purposes Only. Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. All information received in response to this RFI is submitted at no cost to the Government and will not be returned. The Government is under no obligation to provide responses or comments to the capability statement packages, but may request additional information following review. Note: If the interested party is a foreign concern or if a US interested party has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required.

This capability statement package shall be sent by e-mail to Maria Donnelly at maria.a.donnelly2.civ@us.navy.mil and Brittney Davis at brittney.f.davis.civ@us.navy.mil.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.