Skip to content
Department of Defense

FA-18E/F Infrared Search and Track (IRST) Block II

Solicitation: V3N00019-24-RFPREQ-TPM265-0511
Notice ID: eaa584ce7a774207a1418abcbf586808
TypeCombined Synopsis SolicitationNAICS 336413PSC1560DepartmentDepartment of DefenseAgencyDept Of The NavyStateMOPostedFeb 09, 2026, 12:00 AM UTCDueFeb 25, 2026, 09:00 PM UTCCloses in 2 days

Combined Synopsis Solicitation 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.

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 MO
Live POP
Place of performance
Saint Louis, Missouri • United States
State: MO
Contracting office
Patuxent River, MD • 20670-5000 USA

Point of Contact

Name
Katlen Saffioti
Email
katlen.r.saffioti.civ@us.navy.mil
Phone
Not available
Name
Jessica Myers
Email
jessica.v.myers.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

The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its intention to procure F/A-18E/F Infrared Search and Track (IRST) Pod Block II weapon replaceable assemblies (WRAs), specifically the Fuel Tank Assembly (FTA) and Sensor Assembly Structure (SAS), and performance of final system integration. Final integration shall ensure all IRST Block II WRAs function correctly when integrated to form a complete system. In the case a given WRA does not function properly at the system level, potential offerors must be capable of troubleshooting and adjudicating such issues. Potential offerors may be required to design, build, or acquire special test equipment (STE) to aid in the production of IRST Block II WRAs. The procurement is being pursued on a sole source basis under the statutory authority 10 USC 2304 (C)(l) as implemented by Federal Acquisition Regulation (FAR) 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." As the contractor for the IRST system, Boeing has the manufacturing knowledge, experience, and technical data required to fulfill this requirement within the time required. 

This synopsis is for informational purposes only and is not a request for competitive proposals. Responsible sources may submit a Statement of Capability and Qualifications to the Contract Specialist listed demonstrating their ability to perform the Government's requirement and shall provide proof of approved facility and personnel clearances necessary to meet the delivery schedule required within 15 days from the publication date of this announcement. The Government will utilize the capability statements received solely to confirm the sole source acquisition approach or to reconsider a competitive procurement. In addition to this pre-solicitation notice, the Government has also issued a sources sought notice to determine if any other sources have the potential to fulfill this requirement. Any responses to the sources sought notice will be reviewed and may impact the Government's acquisition decisions as they relate to this requirement. A determination not to compete this requirement is solely within the discretion of the United States Government. For small business or subcontracting opportunities, contact Boeing at (314) 233-1599. 

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.