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.
INTRODUCTION: The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its intention to award a contract for Radar Warning Receiver (RWR) production and associated logistics and engineering support for Fiscal Year (FY) 2026. This effort will include hardware production, engineering and technical services. as required.
THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible businesses capable of providing the 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 notice.
ELIGIBILITY: The Product/Service Code (PSC) most appropriate for this contract is 5841: Radar Equipment designed to passively detect an enemy's effective use of radiated Radio Frequency energy. All interested businesses are encouraged to respond.
ANTICIPATED PERIOD OF PERFORMANCE: The production contract is planned to be one year, and is intended to satisfy Government requirements for FY26. Delivery of a USG qualified, validated, and verified RWR system ready for installation into end user platforms is required no later than February 2028.
ANTICIPATED CONTRACT TYPE: The contract type is anticipated to be a mix of Fixed Price and Cost Reimbursable.
PROGRAM BACKGROUND: The current NAVAIR RWR solution, AN/APR-39D(V)2, is a passive radar detection and warning system and Assault Survivability Equipment (ASE) suite bus controller designed to provide situational awareness to aircrew of helicopters, rotorcraft, and low/slow fixed wing aircraft from RF threats.
REQUIRED CAPABILITIES: Requirements include familiarity and understanding of advanced RWR technology to improve RF detection and warning for aircraft/aircrew survivability and aircrew situational awareness.
A capable RWR solution shall meet form/fit/function requirements of the incumbent system and meet exportability and sustainability requirements, with no impact to immediate operational requirements. A capable RWR solution shall successfully interface with and perform as suite bus controller for the full ASE suite and mission computer on the following airborne platforms:
AH--1Z * MH-60S
UH--1Y * MV-22B
CH-53K * CMV-22
AH-64D/E
A capable RWR solution shall also provide incumbent system functionality to the ASE suite consisting of ALE-47, AAR-47, AAQ-24, and/or AAQ-45. A capable RWR solution shall be backwards compatible with the incumbent system receivers, antennas, and aircraft A-kits.
Interested businesses shall demonstrate that your company currently possesses or has authorized access to the necessary technical data, or has a viable plan to obtain, generate, or otherwise secure authorized access to the necessary technical data, and that it will be maintained throughout the duration of the effort being solicited. For the production contract, interested businesses shall demonstrate the capability to meet the Government's required timeline.
INCUMBENT: This is a follow-on requirement. The incumbent contractor is: Northrop Grumman Corporation, Navigation, Targeting and Survivability, 600 S Hicks Rd, Rolling Meadows, IL 60008
SUBMISSION DETAILS: Interested businesses shall submit a brief capabilities statement package (no more than ten (10) 8.5 x 11 inch pages, font no smaller than 12 point, 1.5 line spaced), in bullet point format, demonstrating their ability to perform the services described herein no later than 06 February 2025 [15 days]. The capability statement packages shall be sent by email to jeda.m.yurko.civ@us.navy.mil and jessica.l.guy-deitrich.civ@us.navy.mil. Submissions must be received at the office and/or email cited no later than 3:00 p.m. Eastern Standard Time on the dates listed above. Questions or comments regarding this notice may be addressed to Procuring Contracting Officer (PCO), Jessica Guy-Dietrich or Contract Specialist, Jeda Yurko at the above email addresses. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number and email address.
Background
The Naval Air Systems Command (NAVAIR) at Patuxent River, MD is planning to award a contract for the production of Radar Warning Receivers (RWR) and associated logistics and engineering support for Fiscal Year 2026.
This initiative aims to enhance situational awareness for aircrew operating helicopters, rotorcraft, and low/slow fixed-wing aircraft against RF threats.
Work Details
The contract will involve the production of hardware and provision of engineering and technical services.
The required capabilities include:
- familiarity with advanced RWR technology,
- compliance with form/fit/function requirements of the existing AN/APR-39D(V)2 system,
- exportability and sustainability without impacting operational requirements,
- successful interfacing with the full Assault Survivability Equipment (ASE) suite on various airborne platforms including AH-1Z, MH-60S, UH-1Y, MV-22B, CH-53K, CMV-22, and AH-64D/E.
The solution must also maintain functionality with existing systems such as ALE-47, AAR-47, AAQ-24, and/or AAQ-45. Additionally, it should be backwards compatible with incumbent system receivers and antennas.
Period of Performance
The production contract is planned for one year to meet Government requirements for FY26. Delivery of a qualified RWR system ready for installation is required no later than February 2028.
Place of Performance
The geographic location for performance is not explicitly stated but is implied to be within the operational areas of the Navy's aircraft installations.