Search Contract Opportunities

Future X-Band Radar Development and LRIP   3

ID: N00024-25-R-5502 • Type: Sources Sought • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Sept. 18, 2025, 3:30 p.m. EDT

18 September 2025

The U.S. Navy has made available questions and answers (Q&A) Batch 1 via NSERC. Please reach out to this notice's POCs for additional information.

21 August 2025:

The U.S. Navy has made available an updated DRAFT RFP via NSERC. This DRAFT RFP includes Sections B, C, E, J, L, and parts of M. No clauses are included as part of this draft. In addition, UNCLASS GFI is available via the Bidder's Library on NSERC. Additional DRAFT RFP updates will follow in the coming weeks. Please provide feedback to this DRAFT RFP by 1600 EST on 5 September 2025. Please reach out to this notice's POCs for additional information.

16 June 2025:

The U.S. Navy has made available an updated draft Section B and C of the RFP. Please reach out to this notice's POCs for additional information. The Government is accepting feedback from Industry until COB 01 JUL 2025.

1/8/2025 Update: Updated GFI is available as well as additional updated RFI questions.

This information is being provided directly to companies that participated in the previous RFI and confirmed that they would like to receive the updated GFI/RFI. For any interested companies that did not respond to the previous RFI, please review the previous RFI, submit the appropriate requests and signed Terms of Use Agreements, etc. contained in the original posting and the GFI/RFI will be provided for participation.

1/31/2024 Update: BOTH due dates for each RFI component have been extended by 1 week.

This is a Request for Information (RFI) issued by the Department of the Navy, Naval Sea Systems Command (NAVSEA), on behalf of the Program Executive Office Integrated Warfare Systems Above Water Sensors and Lasers directorate (PEO IWS 2.0). The Government is conducting market research seeking industry inputs and interest for future development and production phases for Future X-Band Radar (FXR).

The information obtained in response to this RFI is intended to increase our understanding of industry interest and capability for FXR development, initial FXR production, and inform acquisition decisions.

SECTION 2: GENERAL INFORMATION

Pursuant to FAR 52.215-3 this RFI is for planning purposes only and is issued solely for conducting market research in accordance with FAR Part 10. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice. This does NOT constitute a Request for Proposal. The Government is NOT seeking or accepting unsolicited proposals. This notice shall not be construed as a contract, a promise to contract, or a commitment of any kind by the Government. Specific responses will not disqualify or have an impact on participation and evaluation on future solicitations. Not responding to this RFI does not preclude participation in any future solicitation. If a solicitation is issued in the future, it will be announced via SAM.GOV and interested parties must comply with that announcement. It is the responsibility of interested parties to monitor SAM.GOV for additional information pertaining to this requirement.

Any small businesses that believe they can accomplish this entire requirement should indicate their small business status (see FAR Part 19) in their response. The NAICS Code for this RFI is # 334511.

The Government plans to use selected support contractor personnel from Johns Hopkins University Applied Physics Laboratory, DPM Consulting, Serco Inc., Innovative Concepts Engineering, Technology Management Solutions, Technology Service Corporation, Systems Planning and Analysis, Amentum and Solution Development Corporation to assist in providing Subject Matter technical expertise for RFI response review, execution of Industry Day, and one-on-one sessions. These support contractors will be bound by appropriate nondisclosure agreements (NDA) to protect proprietary and source-selection information. Interested Contractors may wish to enter into non-disclosure agreements directly with these organizations. To obtain contact information for each of these organizations please contact Brittany Burton, Contract Specialist, via e-mail at brittany.m.burton4.civ@us.navy.mil and Holly Danner, Contracting Officer, at holly.r.danner.civ@us.navy.mil, Dario Llacuna, at dario.a.llacuna.civ@us.navy.mil, Joseph Gueary, at joseph.a.gueary.ctr@us.navy.mil.

This RFI is a follow-up to a previous RFI and includes some duplicate questions. If a response has already been provided for any specific RFI line items, there is no need to respond again with the same information unless there is an update to what was previously provided.

A listing of RFI questions and associated Government Furnished Information (GFI) will be provided by the Government SEPCOR. Technical papers provided are intended as technical information for industry to use as reference only and does not constitute a US Government prescription for design or implementation.

Questions or requests regarding this announcement shall be submitted in writing via e-mail to Brittany Burton, Contract Specialist, at brittany.m.burton4.civ@us.navy.mil, with a copy to the Contracting Officer, Holly Danner, at holly.r.danner.civ@us.navy.mil, Dario Llacuna, at dario.a.llacuna.civ@us.navy.mil, Joseph Gueary, at joseph.a.gueary.ctr@us.navy.mil. The subject line of the email should read as follows: Questions Regarding FXR RFI N00024-25-R-5502. Verbal questions will not be accepted. Questions shall not contain classified information.

SECTION 3: REQUIREMENTS OVERVIEW

The Government is interested in procuring FXR from companies that have the following attributes:

a. Have past experience developing, integrating, testing, and manufacturing complex radar systems, RF electronics, digital communications networks, high performance processing nodes, high-voltage power distribution and conditioning systems, high-capacity cooling units, and antenna structures.

b. Experience teaming with industry partners for subsystem development.

c. Experience cooperating with other prime industry partners integrating complex systems.

d. Experience maintaining fielded DoD or Military hardware systems.

SECTION 4: SUBMISSION OF RESPONSES

This RFI has two (2) sections; Acquisition and Technical.

  • Responses to the Acquisition Section of this RFI should be submitted by 1700 EDT 13 February 2023. Responses to the Acquisition Section of this RFI should be unclassified
  • Responses to the Technical Section of this RFI should be submitted by 1700 EDT 20 February 2023. Responses to the Technical Section of this RFI can be unclassified or up to secret.

i. Unclassified responses to this RFI should be submitted via e-mail to Brittany Burton, Contract Specialist, at brittany.m.burton4.civ@us.navy.mil, with a copy to the Contracting Officer, Holly Danner, at holly.r.danner.civ@us.navy.mil, Dario Llacuna, at dario.a.llacuna.civ@us.navy.mil, Joseph Gueary, at joseph.a.gueary.ctr@us.navy.mil. The subject line of the email should read as follows: FXR RFI Response N00024-25-R-5502.

ii. Classified responses may be sent through ARL SAFE if your organization has the ability.

ARL Secure Access File Exchange (SAFE) https://safe.arl.army.smil.mil

  • ARL SAFE Drop off option, send to all listed:
    • Dario Llacuna, DARIO.LLACUNA2@navy.smil.mil
    • Said Sehbaoui,
    • Olivia Williams, olivia.williams.ctr@navy.smil.mil
    • Michelle Garcia, michelle.garcia1.ctr@navy.smil.mil
  • ARL SAFE Request a drop off option:
    • To request a link, email Said Sehbaoui (said.sehbaoui.civ@us.navy.mil) and Michelle Garcia (michelleangela.f.garcia.ctr@us.navy.mil) with Contract Specialist Brittany Burton (Brittany.m.burton4.civ@us.navy.mil) and Contracting Officer Holly Danner (holly.r.danner.civ@us.navy.mil) on copy. Include in your email, the name and SIPR email address of the person the link should be sent to.
  • Classified documents may also be submitted by mail. For Classified responses sent via mail, contact the Contract Specialist with the Contracting Officer on copy to coordinate receipt of classified response. Classified responses shall be submitted directly to the attention of NSWC DD Processing Center 1051 after email coordination at the following address and marked in the following manner:

OUTSIDE ENVELOPE (no classification marking):

NAVAL SURFACE WARFARE CENTER DAHLGREN

ATTN PROCESSING CENTER 10516146 TISDALE RD STE 237

DAHLGREN VA 22448-5158

The inner wrapper of the classified response should be addressed to the attention of Said Sehbaoui, NSWC DD B42 and marked in the following manner:

INNER ENVELOPE (stamped with the overall classification of the material, conspicuous classification marking on all sides)

NAVAL SURFACE WARFARE CENTER DAHLGREN

ATTN: Said Sehbaoui/ B42

6146 TISDALE RD STE 237

DAHLGREN VA 22448-5158

  • Once the classified RFI response is sent (Classified Mail or ARL SAFE), notify Dario Llacuna (Dario.a.llacuna.civ@us.navy.mil) and Said Sehbaoui (said.sehbaoui.civ@us.navy.mil), with Contract Specialist Brittany Burton (Brittany.m.burton4.civ@us.navy.mil) and Contracting Officer Holly Danner (holly.r.danner.civ@us.navy.mil) on copy.

SECTION 4.1: CONTENT

Government Questions and associated GFI available only upon request in accordance with Section 2 of this RFI.

SECTION 4.2: CLASSIFICATION AND SECURITY

All materials submitted in response to this RFI can be up to SECRET and non-Sensitive Compartmented Information (SCI) level. All contractors will require access to Communications Security (COMSEC) information, North Atlantic Treaty Organization (NATO) Information, Controlled Unclassified Information (CUI) and No foreign nationals (NOFORN) information. 32 Code of Federal Regulation Part 117, published 12 December 2020, effective 24 February 2021, applies to this contract.

Contract performance is restricted to contractor facility or Government activity as indicated in the contract. Security Classification Guidance is as follows:

  • AMDR Security Classification Guide (S) 03-152.06: SER IWS/082 dated 04 April 2013.
  • AMDR Security Classification Guide Clarification (S): SER IWS/246: dated 18 July 2016.
  • AMDR Security Classification Guide Clarification Update (S): SER IWS/244: dated 31 August 2017.
  • AMDR Security Classification Guide Interim Update (S): SER IWS/029: dated 1 February 2019.
  • AMDR Security Classification Guide Notes To Holder (NTH) (S): SER IWS/144: dated 8 June 2021.
  • AMDR Security Classification Guide Clarification Interim Update: IWS: dated 13 Oct 2021. (This document allows for FXR to use the AMDR classification guide. It is not included with GFI.)

Copies of these Secret classification guides are on file with NAVSEA PEO IWS 2.0.

The Contractor shall utilize the NAVSEA/NSWCCD Critical Information and Indicators List, of 20 JUN 2021 to help identify and protect critical information associated with this contract. The Contractor may be exposed to, use, or produce, NAVSEA/NSWCCD Critical Information (CI) and/or observables and indicators which may lead to discovery of CI. NAVSEA's CI will not be distributed to unauthorized third parties, including foreign governments, or companies under Foreign Ownership, Control, or Influence (FOCI).

NAVSEA's/NSWCCD's CI shall not be publicized in corporate wide newsletters, trade magazines, displays, intranet pages or public facing websites. Media requests related to this project shall be directed to NAVSEA/NSWCCD Public Release Authority listed in Item12 of the associated DD Form 254. Any attempt by unauthorized third parties to solicit, obtain, photograph, or record, or incidents of loss/ compromise of government Classified or CI, Business Sensitive and Company Proprietary information related to this RFI must be immediately reported to the Facility Security Officer, DCSA and/or the Naval Criminal Investigative Service, and the NAVSEA Security Office. Questions concerning these requirements shall be directed to the NAVSEA Security Office.

In reference to the FXR DD254:

Block 1.a. Facility Security Clearance Required: The contractor is required to maintain a SECRET facility security clearance.

Block 1b. Level of Safeguarding for Classified Information/Material Required at Contractor Facility: The contractor is required to maintain a level of safeguarding for classified information/material at the SECRET level.

Block 10a. COMSEC: Contractor requires access to COMSEC information and infrastructure (personnel clearances, laptop/desktop/and a facility location certified for processing of secure communications). The Contractor shall be required to have access to COMSEC for SIPRNet equipment.

Access to classified COMSEC information requires a final U.S. Government clearance at the appropriate level. Further disclosure of COMSEC information by a contractor, to include subcontracting, requires prior approval by GCA.

Block 10e. Non-SCI: The Contractor requires access to Non-SCI Intelligence Information to develop classified fire control radar capabilities outlined in this RFI for Future X-Band Radar.

Block 10g. North Atlantic Treaty Organization (NATO): Access to NATO information requires a final U.S. Government clearance at the appropriate level and a NATO access briefing/debriefing. Prior approval of GCA is required for subcontracting to impose NATO requirements or grant NATO access to subcontractor. The contractor's development of new or augmenting existing technology must be compatible and relevant to these NATO operations.

Block 10j. Controlled Unclassified Information (CUI): The contractor shall be required to have access to CUI with developers and integrators. Controlled Unclassified Information (CUI) (formerly For Official Use Only (FOUO) and Personally Identifiable Information (PII) generated and/or provided under this contract shall be safeguarded and marked as specified in DODI 5200.48, Controlled Unclassified Information (CUI), March 6, 2020.

Block 10k. NOFORN: Contract will require access to and generation of NOFORN data.

Block 11c. Receive, Store, and Generate Classified Information: Contractor shall be able to receive, store and process classified material. Contractor will contact NSA for account procedures. All equipment will be furnished and maintained by the contractor per the requirements of OPNAVINST 2221.5D dtd 8/15/16 and guidance provided by the Contracting Officer or Contacting Officer Representative.

The Contractor is not authorized to release any data to foreign representatives without an approved export license.

Block 11h. Require COMSEC Account: Contractor requires COMSEC account to accommodate the use of secure communications.

Block 11j. Operations Security Requirements: Due to the sensitive nature of tactical fire control radar data and technology, the Contractor requires OPSEC, and shall develop and submit for approval an OPSEC Plan.

Block 11k. Be authorized to use the Defense Courier Service (DCS): The contractor may require and is authorized for use of the Defense Courier Service for the transfer of classified material.

Block 11l. Receive, Store, or Generate Controlled Unclassified Information (CUI): The contractor shall be required to have access to generate and/or store CUI with developers and integrators.

SECTION 4.3: FORMATTING

Respondents to this RFI must adhere to the following details:

  • Companies responding to this RFI should provide a response not to exceed fifty (50) pages. Cover Sheet, Company Profile, Table of Contents, and List of Abbreviations and Acronyms are exempt from the page limit.
  • A detailed proposal is not requested. Responses should indicate sufficient detail for assessment of potential contracting strategies and company interest; submissions should be organized as follows:

*Cover Sheet: RFI number and name, address, company, CAGE code, technical point of contact, with printed name, title, email address, telephone number, and date

*Table of Contents: Include a list of figures and tables with page numbers

*General response information

*List of abbreviations and acronyms

  • Product line brochures, catalog excerpts, etc. may be submitted and referenced within the general capability statement and are exempt from the page limit.
  • Submissions shall be single spaced, typed or printed in Times New Roman font with type no smaller than 12-point font.
  • Paper should be 8 1/2 x 11 inches with a minimum of 1-inch margins around the page. Any text contained within tables, graphs, etc. should be 8-point Times New Roman font or larger.
  • Included files should be created/prepared using Microsoft Office 2010 compatible applications. Graphics, photographs, and other data that may not be compatible with Microsoft Office 2010 should be submitted in Adobe Acrobat format.
  • Submitted electronic files should be limited to the following extensions:

.docx Microsoft Word

.xlsx Microsoft Excel

.pptx Microsoft PowerPoint

.pdf Adobe Acrobat

Submitted electronic files should not be compressed.

SECTION 5: REQUESTING GFI

RFI questions and GFI will be distributed to qualified organizations upon request via email. The subject line of the email should read as follows: FXR RFI GFI N00024-25-R-5502. Distribution of FXR GFI is limited to US DoD and US DoD contractors only. Release beyond these limits must be referred to PEO IWS 2.0. To obtain the GFI documentation, interested companies shall provide a current copy of their approved DD Form 2345, Military Critical Technical Data Agreement, verifying eligibility and authority to receive export-controlled information. In addition, interested companies must complete BOTH Terms of Use Agreements (Attachments 1A and 1B of this announcement) and the Classified Material Request form (Attachment 2 of this announcement). Companies should assert in their requests that they have a Defense Security Service (DSS) issued SECRET facility clearance, providing for SECRET personnel clearances and SECRET safeguarding capability. The DD Form 2345, completed Terms of Use Agreement, and classified material request form shall be submitted via email to Brittany Burton, Contract Specialist, at brittany.m.burton4.civ@us.navy.mil, with a copy to the Contracting Officer, Holly Danner, at holly.r.danner.civ@us.navy.mil, Dario Llacuna, at dario.a.llacuna.civ@us.navy.mil, Joseph Gueary, at joseph.a.gueary.ctr@us.navy.mil.. Upon receipt, verification of facility clearance, and approval of the GFI request, the GFI will be provided.

SECTION 6: OTHER

This RFI is not a contract, request for proposal, a promise to contract, or a commitment of any kind on the part of the Government. NAVSEA does not assume liability for costs incurred by an attendee or for travel expenses or marketing efforts; therefore, attendee costs in response to this notice are not considered an allowable direct charge to the Government.

Posted: Aug. 21, 2025, 4:51 p.m. EDT
Posted: May 5, 2025, 4:20 p.m. EDT
Posted: Jan. 10, 2025, 11:06 a.m. EST
Posted: Jan. 31, 2024, 9:14 a.m. EST
Posted: Jan. 17, 2024, 8:57 a.m. EST
Posted: Jan. 16, 2024, 7:09 p.m. EST
Background
This is a Request for Information (RFI) issued by the Department of the Navy, Naval Sea Systems Command (NAVSEA), on behalf of the Program Executive Office Integrated Warfare Systems Above Water Sensors and Lasers directorate (PEO IWS 2.0). The Government is conducting market research seeking industry inputs and interest for future development and production phases for Future X-Band Radar (FXR). The information obtained in response to this RFI is intended to increase understanding of industry interest and capability for FXR development, initial FXR production, and inform acquisition decisions.

Work Details
The Government is interested in procuring FXR from companies that have past experience developing, integrating, testing, and manufacturing complex radar systems, RF electronics, digital communications networks, high performance processing nodes, high-voltage power distribution and conditioning systems, high-capacity cooling units, and antenna structures. Experience teaming with industry partners for subsystem development and cooperating with other prime industry partners integrating complex systems is also required. Additionally, experience maintaining fielded DoD or Military hardware systems is sought.

Period of Performance
Responses to the Acquisition Section of this RFI should be submitted by 1700 EDT 06 February 2023.
Responses to the Technical Section of this RFI should be submitted by 1700 EDT 13 February 2023.

Place of Performance
The geographic location(s) for delivery or performance are not explicitly mentioned in the provided information.

Overview

Response Deadline
Sept. 30, 2025, 4:00 p.m. EDT (original: Feb. 13, 2023, 5:00 p.m. EST) Past Due
Posted
Jan. 16, 2024, 7:09 p.m. EST (updated: Sept. 18, 2025, 3:30 p.m. EDT)
Set Aside
None
Place of Performance
Washington Navy Yard, DC 20376 United States
Source

Current SBA Size Standard
1350 Employees
Pricing
Multiple Types Common
Est. Level of Competition
Low
Odds of Award
54%
On 1/16/24 Naval Sea Systems Command issued Sources Sought N00024-25-R-5502 for Future X-Band Radar Development and LRIP due 9/30/25. The opportunity was issued full & open with NAICS 334511 and PSC 5840.
Primary Contact
Name
Jay Patel   Profile
Phone
(202) 781-2070

Secondary Contact

Name
Steven Troiano   Profile
Phone
(202) 781-0592

Documents

Posted documents for Sources Sought N00024-25-R-5502

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought N00024-25-R-5502

Incumbent or Similar Awards

Contracts Similar to Sources Sought N00024-25-R-5502

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N00024-25-R-5502

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N00024-25-R-5502

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA > NAVSEA HQ > NAVSEA HQ
FPDS Organization Code
1700-N00024
Source Organization Code
100076491
Last Updated
Sept. 18, 2025
Last Updated By
jay.p.patel5.civ@us.navy.mil
Archive Date
Oct. 15, 2025