Synopsis for Department of the Navy Large Aircraft Infrared Countermeasures (DoN LAIRCM) FY27-FY29 Production
ID: N00019-25-RFPREQ-TPM272-0231Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR SYSTEMS COMMANDPATUXENT RIVER, MD, 20670-5000, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

ELECTRONIC COUNTERMEASURES, COUNTER-COUNTERMEASURES AND QUICK REACTION CAPABILITY EQUIPMENT (5865)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award a sole source contract to Northrop Grumman Systems Corporation (NGSC) for the procurement of various components related to the Department of the Navy's Large Aircraft Infrared Countermeasures (DoN LAIRCM) program for fiscal years 2027 to 2029. This procurement includes essential hardware such as Control Indicator Unit Replacements, DoN LAIRCM Processors, and Infrared Missile Warning System Sensors, among others, which are critical for enhancing aircraft defense capabilities against infrared-guided missiles. Interested businesses should note that this is a presolicitation notice for market research purposes only, and the government will not pay for any information received; companies seeking subcontracting opportunities are encouraged to contact NGSC directly. For further inquiries, potential sources can reach out to Sarah Willis or Jessica Guy-Dietrich via their provided email addresses.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    NAWCWD FY25 Long Range Acquisition Forecast (LRAF)
    Dept Of Defense
    The Naval Air Warfare Center Weapons Division (NAWCWD) has announced its Fiscal Year 2025 Long Range Acquisition Forecast (LRAF), outlining anticipated contract requirements for various engineering services. This Special Notice serves as an informational guide detailing 26 upcoming contract opportunities, which include projects such as the production of MK-84 modified bomb bodies and the development of advanced weapon system technologies, with expected contract values ranging from under $2 million to over $250 million. These contracts are crucial for enhancing national defense capabilities and advancing military technology, with procurement methods including sole-source awards, small business set-asides, and full and open competitions. For further inquiries, interested parties can contact Kim Matsunaga at kim.s.matsunaga.civ@us.navy.mil or (760) 793-3657, noting that the information provided is subject to change and not binding on the Government.
    Acalis Life of Type Buy
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to solicit a proposal from Lockheed Martin for the procurement of Acalis 3U VPX COTS Chips, which are critical components for the F/A-18E/F Infrared Search and Track (IRST) Processor Weapons Replaceable Assembly (WRA). This procurement is being pursued as a sole source modification under the authority of 10 USC 2304 (C)(1), indicating that only one responsible source can meet the agency's requirements, as Lockheed Martin originally procured these parts. Interested parties may submit technical capability statements to demonstrate their ability to produce the required products, although the decision to pursue a competitive procurement remains at the discretion of the United States Government. For further inquiries, interested parties can contact Nicole Yeager at nicole.e.yeager.civ@us.navy.mil or Jessica Myers at jessica.v.myers.civ@us.navy.mil.
    Integration and redesign the Digital Map Computer (DMC)/Digital Video Map Computer (DVMC), and Flight Control Computer (FCC) in support of the F/A-18 E/F & EA-18/G Automatic Ground Collision Avoidance Systems (AGCAS) program
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Air Division, intends to award a Sole Source Contract to L3Harris Technologies, Inc. for the integration and redesign of the Digital Map Computer (DMC), Digital Video Map Computer (DVMC), and Flight Control Computer (FCC) in support of the F/A-18 E/F & EA-18/G Automatic Ground Collision Avoidance Systems (AGCAS) program. This procurement aims to enhance the existing systems by integrating a new Automated Terrain Awareness Warning System (ATAWS) software module, which is crucial for improving aircraft safety and preventing Controlled Flight Into Terrain (CFIT) incidents. The contract will provide essential engineering and technical support, including Non-Recurring Engineering (NRE) for software integration and flight testing, with the goal of ensuring compliance with current safety and airworthiness requirements. Interested parties may direct inquiries to Bonnie M. Walsh at bonnie.m.walsh.civ@us.navy.mil by December 24, 2025, at 12:00 PM Eastern Time, as this notice is not a request for proposals and competition is not anticipated.
    Sources Sought Notice for Lockheed Martin CAGE 16848 Project
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is issuing a Sources Sought Notice for a potential long-term contract with Lockheed Martin (CAGE 16848) for the procurement of sole source parts supporting the Ticonderoga CG (47) and Littoral Combat Ships. The contract is anticipated to be an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a base period of three years and two additional one-year option periods, totaling five years. The procurement involves specific aviation-related components, including probes for bathythermographs and sonar equipment, which are critical for naval operations. Interested parties must respond by January 16, 2026, providing detailed company information and capabilities to Leomia Craddock-Hampton at DLA Weapons Support Richmond via email at leomia.craddock-hampton@dla.mil.
    N0016423GJN16-JO07 –JO PIID N00164-26-RFPREQ-CR-JXN-0036 –SOLE SOURCE—30MM MK44 GUNS IN VARYING CONFIGURATIONS, ASSOCIATED SPARE PARTS, AND SPECIAL TOOLING, – PSC – 1005 – NAICS 332994
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking to procure 30mm MK 44 chain-fed guns in various configurations, along with associated spare parts and special tooling. This procurement is critical for maintaining the operational capabilities of naval forces, as these guns are essential components of naval weapon systems. The anticipated award amount for this sole source contract to Northrop Grumman Systems Corporation is approximately $40 million, with an expected award date around January 28, 2027, and a performance period of roughly one year. Interested parties may submit capability statements to Mr. Derek Perry at derek.s.perry2.civ@us.navy.mil, referencing announcement number N0016423GJN16-JO07 in all communications.
    N00024-20-R-5525 - Nulka Mk234 Payload Production and Modification
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command, is seeking to procure the MK 234 Nulka Advanced Decoy Architecture Program (ADAP) series payloads from L3Harris, Clifton, New Jersey. This procurement involves a firm-fixed price, cost-plus-fixed-fee, and cost-reimbursable contract valued at $33,568,100, with options that could increase the total contract value to $124,003,133. The MK 234 Nulka payloads are critical for electronic countermeasures and are essential to meet Navy requirements without unacceptable delays, as L3Harris is the only responsible source capable of producing these specialized systems. Interested parties can reach out to Brittany Burton at brittany.m.burton4.civ@us.navy.mil or Holly Danner at holly.r.danner.civ@us.navy.mil for further information.
    CDS Sustainment FY32-37
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, intends to solicit and negotiate a sole-source contract with Lockheed Martin Aeronautics Company for the CDS Sustainment effort from FY32 to FY37. This contract will provide integrated sustainment support for the Joint Reprogramming Enterprise (JRE), which includes maintaining mission equipment, software tools, and support personnel across various reprogramming labs for the U.S. Air Force, Navy, Marine Corps, and international partners. The work is critical for ensuring the operational readiness and effectiveness of the F-35 aircraft, with the contract expected to span five years, commencing in 2032. Interested parties may submit capability statements or proposals within 15 days of this notice, and inquiries can be directed to Austin Simoni at austin.simoni@jsf.mil or by phone at 757-803-4648.
    NIIN: 015728130/ FMS REPAIR/ N0038325PR0R912
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is issuing a presolicitation for a sole-source contract to Undersea Sensor Systems Inc. for the repair of the SDSR, AIRCRAFT EQUIP (NIIN: 015728130, Part Number: 6120-0500-001) specifically for H-60 aircraft. This procurement is critical as Undersea Sensor Systems Inc. is the Original Equipment Manufacturer (OEM) and the only known source for this repair, with no available drawings or data, and the government lacking the necessary data rights. The contract is set for a duration of one year, with proposals due by January 29, 2026, and an anticipated award date in March 2026; interested parties may submit capability statements within 15 days of the solicitation issue date, which is expected around December 30, 2025. For further inquiries, contact Grace Y. McGinley at (215) 697-2198 or via email at GRACE.V.MCGINLEY.CIV@US.NAVY.MIL.
    N0038326RD052
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair of critical components used in the F-18 aircraft system. The procurement is focused on one repair CLIN, with Logus Manufacturing Corp. identified as the sole source possessing the necessary repair capabilities, although other responsible sources are encouraged to submit capability statements or proposals. These items are flight critical, requiring government source approval prior to contract award, and interested vendors must provide detailed technical data as outlined in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. For inquiries, potential bidders can contact Shannon K. Hart at (215) 697-3638 or via email at Shannon.K.Fitzgerald3.CIV@us.navy.mil.
    Request for Interested Manufacturers C-130J AN/APN-241 Low Power Color Radar (LPCR) Electrical Equipment, NSN 5975-01-501-0119LG
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Warner Robins, GA, is conducting market research to identify potential manufacturers for the C-130J AN/APN-241 Low Power Color Radar (LPCR) Electrical Equipment, specifically the Electrical Equipment Mounting Base. This procurement aims to support the C-130J program by acquiring a highly integrated radar system that is crucial for precision navigation and landing missions on unimproved runways. The original equipment manufacturer, Northrop Grumman Services Corporation, holds proprietary data for this non-developmental system, and the government intends to award a sole source contract to them, although other interested parties may express their capabilities by December 26, 2025. Interested manufacturers should contact Robert Berg at robert.berg.9@us.af.mil or Michelle Holmes at michelle.holmes.2@us.af.mil for further information.