Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

Engineering and technical support for AN/APG-65 and AN/APG-79 Active Electronically Scanned Array (AESA) radars

Active
N00019-26-RFPREQ-TPM265-0174Federal
AI Contract Overview
Show more

The Naval Air Systems Command (NAVAIR) is conducting market research to identify potential contractors capable of providing engineering and technical support for the AN/APG-65 and AN/APG-79 Active Electronically Scanned Array (AESA) radars installed on F/A-18C/D/E/F aircraft at both CONUS and OCONUS locations. This effort requires on-site representatives with expertise in maintaining, ensuring reliability, and supporting the readiness of these AESA radar systems. The contract focuses on delivering comprehensive technical support to sustain these complex radar systems critical to military avionics operations. This notice is a sources sought announcement, not a solicitation, and does not commit the Government to any contract award. Interested companies must submit a capability statement of no more than five pages detailing their experience with AESA or similar airborne radars, on-site military avionics technical support, maintenance and reliability of electronic systems, and familiarity with relevant Department of War technical documentation. Submissions should include company information such as name, address, CAGE code, primary contact, and business size under NAICS code 336411. Responses are due electronically by March 17, 2026, and will be used solely for acquisition planning purposes. The Government will not compensate respondents for costs related to this submission, and no unsolicited proposals will be accepted at this time.

General Info

NAVAIR seeks contractors for on-site technical support of AESA radars on F/A-18 aircraft.

Agency

Department Of Defense → Naval Air Systems Command

View Agency

NAICS

336411 - Aircraft Manufacturing

View NAICS

Place of Performance

El Segundo, CA, USA

Set-Aside

NONE
Documents(0)

No documents available

AI Contract Breakdown
Uniform Contract Format

No contract breakdown available.

Cannot generate Contract Breakdown because no documents were found from this contract's source.

Timeline
PhaseSources Sought
Posted

Sources Sought

Response Deadline

Submission deadline

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyDepartment Of Defense → Naval Air Systems Command
Contacts2 people available
OfficePATUXENT RIVER, MD, 20670-5000, USA
Organization / Agency
Department Of Defense → Naval Air Systems Command
View Agency Profile
Office Address

PATUXENT RIVER, MD, 20670-5000, USA

Contacts

2 contacts available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more

The Naval Air Systems Command (NAVAIR) at Patuxent River, MD is seeking capable sources to provide engineering and technical support for AN/APG-65 and AN/APG-79 Active Electronically Scanned Array (AESA) radars installed on F/A-18C/D/E/F aircraft at CONUS and OCONUS locations. The Contractor shall provide on-site representatives with the knowledge, skills, and abilities required to support the maintenance, reliability, and readiness of the AESA Radar.


This is a Sources Sought notice for market research purposes only and does not constitute a solicitation or a promise to issue a solicitation in the future. This notice does not commit the Government to contract for any supply or service whatsoever. The Government is not seeking proposals at this time and will not accept unsolicited proposals.


Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this notice. All costs associated with responding to this notice will be solely at the interested party’s expense. Not responding to this notice does not preclude participation in any future Request for Proposal (RFP), if any is issued. Any information submitted by respondents to this notice is strictly voluntary. The information submitted will be used for informational purposes only to help the Government determine the appropriate acquisition strategy.


Interested parties are requested to submit a capability statement of no more than five (5) pages in length. The capability statement should demonstrate the ability to perform the work described. The submission should include:


  • Company Name, Address, CAGE Code, and Primary Point of Contact
  • Business Size under the specified 336411 North American Industry Classification System (NAICS) code

A detailed summary of company’s experience with:


  • AN/APG-65 or AN/APG-79 AESA radars (or similar airborne radar systems).
  • On-site technical support for military avionics systems.
  • Maintenance, reliability, and readiness support for complex electronic systems.
  • Experience with Department of War (DoW) technical documentation relevant to avionics and radar systems.

Any other information or documentation that describes the capabilities, interfaces, and specifications that may be relevant to this effort


Responses shall be limited to submitted electronically to the e-mail address provided below. Responses are requested by 3/17/2026. Earliest possible response is encouraged. Responses will be reviewed, and additional information may be requested from individual sources, if desired by the Government.

Similar Contracts

NAICS: 336411
New
Federal

15--DUCT ASSEMBLY,BLEED

The contract involves the procurement of seven units of duct assembly bleed items, identified by NSN 1560001367981. These items are to be delivered to the DLA Distribution center located in Warner Robins within a delivery timeframe of 161 days after order. The solicitation is a request for quotation (RFQ) issued by the Defense Logistics Agency (DLA) Aviation, under the Department of Defense. The production of this source-controlled item must adhere strictly to the approved source specification 70628 12533-101A and conform to the referenced drawing and military standards. Only electronic submission of quotes is accepted, and all responsible suppliers can submit their quotations, which will be evaluated if received on time. The solicitation document, titled "15--DUCT ASSEMBLY,BLEED" with number SPE4A726T032S, was posted on March 1, 2026, with a response deadline of March 9, 2026. It is a combined-type procurement activity categorized under NAICS code 336411, which pertains to aerospace product and parts manufacturing. The primary point of contact for questions is provided via email, ensuring communication is centralized. The solicitation and related documentation, including digital drawings and military standards, are accessible online through the official DLA website; no hard copies will be distributed. The place of performance details remain unspecified, with the office managing the contract located in Richmond, Virginia.

DLA Aviation

POSTED

1 day ago

DEADLINE

in 7 days

View Details
NAICS: 336411
New
Federal

VALVE ASSEMBLY, ENVI

This contract calls for the procurement of 17 units of a commercial valve assembly designed for environmental control in air systems, specifically identified by part number 110767-2 and NSN 1660-00-876-2843. The contract is issued to Honeywell International, Inc. with a delivery location at the DLA Distribution Depot in Oklahoma, Tinker Air Force Base. The delivery timeframe is set for 171 days from the award date, with an original required delivery date of February 8, 2027. Packaging and marking must comply with ASTM D3951, MIL-STD-129, and specific DLA packaging requirements, ensuring the item is properly prepared for shipment and inspection verifies acceptance at the destination. Technical and quality requirements follow DLA’s Master List, which takes precedence over general packaging standards, and inspection and acceptance occur at the delivery point. The contract includes critical requirements such as the Cybersecurity Maturity Model Certification (CMMC) Level 2 self-assessment, sampling and testing protocols aligned with MIL-STD-1916 or equivalent plans, and removal of government identification from non-accepted supplies. Item unique identification is waived per the service customer’s request. The contract is managed under solicitation number SPE4A5-26-T-8317 by the Department of Defense's ASC Supplier OEM Division, with point of contact Anthony Duguay for administrative and technical correspondence.

ASC SUPPLIER OPER OEM DIVISION

POSTED

2 days ago

DEADLINE

in 3 days

View Details