The Naval Air Systems Command (NAVAIR), Program Executive Office (PEO) Assault (A), Maritime Patrol and Reconnaissance Aircraft Program Office (PMA-290) is seeking information on capability of development and manufacturing of the AN/UPX-43(V)1 Identification Friend Foe Interrogator (IFFI) shipset and IFFI tray; providing the requisite knowledge and engineering support, as well as adding Passive Mode S (ADS-B) and Mode 5 Level 2B capabilities for the P-8A platform. This Sources Sought is not, however, a request for inquiries concerning subcontracting opportunities.
Telephonics Corporation is the sole designer, developer, and manufacturer of the AN/UPX-43(V)1 Shipset for use in the P-8A. As the Original Equipment Manufacturer of the AN/UPX-43(V)1 IFFI and associated IFFI tray. NAVAIR plans to award a base year of approximately seventeen (17) shipsets and two (2) options which each would have up-to approximately fifteen (15) shipsets per year. The AN/UPX-43(V)1s are expected to be manufactured and delivered between FY26 and FY28.
SUBMISSION DETAILS:
Interested parties may submit a Capability Statement identifying their interest and capability to respond to the requirement or submit proposals. Only Capability Statements received on or before 15 calendar days after the posting date of this Notice will be considered by the Government. A determination by the Government not to compete this proposed contract action based upon responses to this Notice is solely within the discretion of the Government. Capability Statements received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability Statements submitted should be pertinent and specific in the technical/management/business area under consideration, on each of the following qualifications.
Interested parties are advised against submitting a Capability Statement that merely mimics information in this Notice, provides brochure-like information, or provides general information. Responses to this Notice are not to exceed 20 pages in length on 8.5 x 11 inch paper with one inch margins and font no smaller than 10 point Times New Roman. The Government requests that respondents deliver responses electronically via e-mail in Microsoft Word or PDF format with proper data markings for unclassified and proprietary information not later than 15 calendar days after the posting date of this Notice. Classified material SHALL NOT be submitted. All submissions shall include this Sources Sought Notice Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contact who is able to discuss the Capability Statement submitted. Point-of-contact information shall include name, position, phone number, and email address. Acknowledgement of receipt will be provided. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. All submissions must be clearly marked with the following caption: Controlled Unclassified Information, Releasable to Government Agencies for Evaluation Purposes Only. Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. All information received in response to this Notice that is marked proprietary will be handled accordingly. Information submitted in response to this Notice is submitted at no cost to the Government and will not be returned. The Government is under no obligation to provide responses or comments to information received from interested parties, but may request additional information following review. Note: If the interested party is a foreign concern or if a U.S. interested party has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required.
This capability statement package shall be sent by e-mail to Chris Turner at [email protected] and Brittney Davis at [email protected].