Skip to content
Department of Defense

ARQ-59 Obsolescence and CMDL2 Incorporation ECP

Solicitation: N00019-25-RFPREQ-APM299-0849
Notice ID: fe86b6f04511452c9e10b20acfb5ebd6

Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: NY. Response deadline: Feb 07, 2026. Industry: NAICS 54171 • PSC 1520.

Market snapshot

Awarded-market signal for NAICS 54171 (last 12 months), benchmarked to sector 54.

12-month awarded value
$303,100
Sector total $5,796,389,248,219 • Share 0.0%
Live
Median
$303,100
P10–P90
$303,100$303,100
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($303,100)
Deal sizing
$303,100 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 →

Description

The Naval Air Systems Command (NAVAIR) intends to award a Cost Plus Fixed-Fee (CPFF) Contract to Lockheed Martin Rotary and Mission Systems (LM RMS), Owego, New York, for Non-Recurring Engineering (NRE) work for the AN/ARQ-59 CDL obsolescence mitigation and incorporation of the Government’s Common Crypto Modernization (CCM) CMDL2, to be used in place of the legacy Mini-T modem in support of future production of an AN/ARQ-59 system for the MH-60R and all MH-60R partners. This will include the Multiplexer (MUX), Electronic Frequency Converter (EFC), and Radio Frequency Amplifier (RFA).

This action is intended to be awarded on a sole source basis to Lockheed Martin Rotary and Mission Systems (LM RMS) under the authority permitting other than full and open competition, Title 10, U.S.C. 3204 (a)(1), as implemented by FAR 6.302-1, "Only One Responsible Source and No Other type of Supplies or Services Will Satisfy Agency Requirements." LM RMS is the sole designer, developer, systems integrator, and manufacturer of the MH-60R and MH-60S aircraft and weapon system and, as such, is the only source with the requisite knowledge and skilled personnel, facilities, manufacturing tooling, test equipment, experience, and technical data necessary to provide the required supplies and services.

Note: This notice of intent is not a request for competitive proposals. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. The Government does not intend to fund the development or qualification of other sources for fulfilling this requirement, as production for the supplies listed requires a substantial initial investment or an extended period of preparation for manufacture. However, the Government will consider all proposals received within thirty days after the publication of this synopsis. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

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.