Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 11, 2025 SAM #8690
SOURCES SOUGHT

58 -- Assault AN/APR-39 FY26-FY28 Engineering, Logistics, Software Support, and Repair of Repairables

Notice Date
9/9/2025 9:36:38 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-25-RFPREQ-TPM272-0247
 
Response Due
9/24/2025 12:00:00 PM
 
Archive Date
09/25/2025
 
Point of Contact
Jeda Yurko, Jessica L. Guy-Dietrich
 
E-Mail Address
jeda.m.yurko.civ@us.navy.mil, jessica.l.guy-dietrich.civ@us.navy.mil
(jeda.m.yurko.civ@us.navy.mil, jessica.l.guy-dietrich.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
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 an order under Basic Ordering Agreement (BOA) N0001925G0003 for the procurement of FY26 � FY28 Engineering, Logistics, Software Support and Repair of Repairables to support the AN/APR-39D(V)2 Radar Warning Receiver system. 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, Airborne. All interested businesses are encouraged to respond. ANTICIPATED PERIOD OF PERFORMANCE: The period of performance is anticipated to begin May 2026. ANTICIPATED CONTRACT TYPE: The contract type is anticipated to be Cost Plus Fixed Fee. PROGRAM BACKGROUND: The AN/APR-39D(V)2 is a digital upgrade to the APR-39 family of analog Radar Warning Receivers (RWR) used by DoD rotary wing aircraft. The system can detect and identify multiple threat radar signals and alert pilots to active threat radars. The AN/APR-39D(V)2 suite consists of the following: Radar Signal Processor, P/N 001-008696-0103 Dual-Polarized Antenna Detectors, P/N 001-008717 Quadrant Receivers, P/N 001-008718 Low Band Array, P/N 001-008716 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. Operational software improvements will incorporate fixes from flight test and ground test events. The engineering support efforts include, but are not limited to: (1) investigation of reported anomalies/deficiencies on fielded/production equipment and the implementation of corrective actions; (2) software and hardware support efforts; (3) field support; (4) integration support and (5) other engineering support as required. The logistics efforts include, but are not limited to: (1) maintenance and update of logistics databases, drawings and technical data; (2) repairs, refurbishment, piece parts and materials; (3) support of test and aircraft installs and (4) other logistics efforts as required. 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. 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 Systems Corporation (NGSC), 600 Hicks Road, Rolling Meadows, IL, 60008-1015. 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 24 September 2025. The capability statement packages shall be sent by email to jeda.m.yurko.civ@us.navy.mil. Submissions must be received via email no later than 3:00 p.m. Eastern Time on the dates listed above. Questions or comments regarding this notice may be addressed to Jeda Yurko at the above email address. All responses shall include Company Name, CAGE, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number and email address.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bf2060a0ffc34d60851a5777e03fcf5a/view)
 
Place of Performance
Address: Rolling Meadows, IL 60008, USA
Zip Code: 60008
Country: USA
 
Record
SN07584558-F 20250911/250909230057 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.