Establishment of Radar System Replacement (RSR) Qualified System List (QSL)
ID: FAA-RSR-QSLType: Sources Sought
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION693KA7 ENROUTE & TERMINAL CONTRACTSWASHINGTON, DC, 20591, USA

NAICS

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

PSC

RADAR EQUIPMENT, EXCEPT AIRBORNE (5840)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking industry partners to establish a Qualified System List (QSL) for the Radar System Replacement (RSR) program, aimed at modernizing surveillance radar systems across the National Airspace System (NAS). The procurement focuses on acquiring fully functional, Commercial-Off-The-Shelf (COTS)-based radar solutions that can be rapidly deployed and maintained, with a goal to replace aging radar systems by June 2028. This initiative is critical for enhancing air traffic management capabilities, ensuring reliable and interoperable surveillance systems that meet current and future demands. Interested vendors must submit their eligibility documentation by October 31, 2025, to the FAA's Contracting Officer, Patrick Weare, at patrick.weare@faa.gov, with the first contract awards anticipated by December 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Aviation Administration (FAA) is launching the Radar System Replacement (RSR) program to modernize the National Airspace System by replacing aging surveillance radars with Commercial-Off-The-Shelf (COTS) solutions. This Performance Work Statement (PWS) outlines the requirements for industry partners to deliver, install, and sustain these radar systems, which must be rapidly deployable and compatible with existing infrastructure. Key areas of the project include program management, systems engineering, security, system safety, maintenance, and implementation. Contractors are responsible for providing production radar systems, conducting comprehensive testing, ensuring high technology and manufacturing readiness levels (TRL 8, MRL 8), and offering extensive support services, including integrated logistics, training, and discrepancy management. The PWS also details government-furnished items and responsibilities, such as facility access and electrical power, and specifies compliance with various FAA orders and standards. The overall goal is to enhance the reliability and interoperability of the NAS through efficient and timely delivery of modern radar technology.
    The Federal Aviation Administration (FAA) is launching the Radar System Replacement (RSR) project, outlined in the System Specification Document (FAA-E-XXXX, Rev. 2.0, October 10, 2025). This initiative aims to replace aging non-cooperative and cooperative surveillance radar systems across the National Airspace System (NAS) to meet modern air traffic management standards. The RSR will enhance aircraft detection, tracking, and classification, integrating with existing Air Traffic Control (ATC) infrastructure and supporting Mode S, ADS-B, and legacy ATCRBS transponders. Key requirements include functional capabilities for detecting aircraft and weather, performance criteria for coverage and accuracy, and stringent demands for reliability, maintainability, and availability. The RSR also addresses modern data communication, cybersecurity, and environmental factors like wind turbine clutter, ensuring a robust surveillance capability for the next two decades. The document details applicable government and non-government standards, emphasizing safety, quality management, and rigorous testing for operational deployment.
    The document outlines the Minimum Viable Product (MVP) requirements for the Radar Surveillance Radar (RSR) system, encompassing both non-cooperative (NCSR) and cooperative (CSR) surveillance functionalities. Key requirements include operation within NAS clutter environments, filtering non-weather returns, and compatibility with legacy ASR-8, ASR-9, and ASR-11 antennas. The RSR-NCSR system must provide weather coverage, detect aircraft types, and meet specific performance metrics for detection probability, range, and azimuth accuracy. The RSR-CSR system focuses on cooperative surveillance, including Mode S and ATCRBS target processing, handling false reports, and ensuring high probability of detection for transponder-equipped aircraft. Both systems require site adaptability for various operational parameters, robust maintenance features (e.g., MTTR, inherent availability, built-in tests), and compliance with FAA-G-2100J for electrical characteristics. The document also defines various technical terms crucial for understanding the system's specifications.
    The document outlines instructions for vendors responding to a government RFP, likely for radar systems, emphasizing a comprehensive and transparent submission. Vendors must provide a manufacturing and delivery schedule for Cooperative and Non-Cooperative Radar Systems, pricing based on Commercial-Off-The-Shelf (COTS) solutions, and supporting documentation like price lists and discount tiers. Key requirements include offering the FAA as the most-favored customer, detailing Methods of Quotation (MoQs) and Basis of Estimates (BOEs), and providing customer lists with contact information, alongside Mean-Time-Between-Failure (MTBF) data. The RFP also mandates identifying pricing assumptions, constraints, and risks. A critical component is the QSL CLIN Structure, which requires pricing for First-Level, Second-Level, and Depot Maintenance, including duration, scope, and a crosswalk to the Performance Work Statement (PWS). Vendors must identify capability gaps, propose Time & Materials (T&M) or Firm Fixed Price (FFP) efforts for unsupported PWS requirements, and complete the CLIN structure in full. Finally, a Labor Hour Rate Schedule must be provided for various categories across multiple years, with specific instructions for subcontractor rates.
    The government file addresses various questions and clarifications regarding the Radar System Replacement (RSR) program, covering aspects from technical specifications to contractual and logistical details. Key points include the definition of "modernize" for radar systems, the requirement to price non-cooperative radar systems despite their current zero count, and guidelines for submitting Methods of Quotation (MoQs) and Basis of Estimates (BOEs). The FAA clarifies that Attachment J.1 Minimum requirements Document is the same as Attachment 3- MVP Matrix. The document also specifies the contents of the Acceptance Data Package (ADP), the definition of TDIA in the MVP Matrix, and the scope of CLINs for pricing. It outlines the FAA's plan for transitioning First-Level Maintenance responsibilities to government personnel and clarifies that modular radar systems that evolve from cooperative to non-cooperative configurations will not be accepted. Furthermore, the FAA will rely on contractor-provided Production Acceptance Tests (PAT) and System Requalification Tests (SRQT) but may conduct independent verification and validation (IV&V). The FAA will provide necessary documents to QSL-eligible companies, emphasizing that non-compliant solutions for frequency ranges are not considered. The QSL process will be used for competitive sourcing, and the FAA reserves the right to refresh and revalidate QSL eligibility on an ongoing basis. Implementation sites will include both domestic and OCONUS locations. The minimum operational availability thresholds for NCSR, CSR, and Integrated systems are specified as ≥.996, ≥.999, and ≥.995, respectively. Vendors are expected to provide documentation on how their system interfaces with antennas, and legacy antenna documentation will be provided to eligible companies. The FAA clarifies that RSR-SPEC-SR0879 is not an MVP requirement and that vendors should provide their recommended approach for government personnel monitoring operational radars and performing basic system tasks during installation.
    Lifecycle
    Similar Opportunities
    DRAFT Combined Synopsis/Solicitation: Next Generation Surface Search Radar (NXSSR)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to provide a Next Generation Surface Search Radar (NXSSR) system to replace outdated radar systems currently in use across 13 cutter platforms and 113 Vessel Traffic Service (VTS) remote sites. The procurement aims to enhance collision avoidance, navigation, and situational awareness in the maritime environment by implementing a scalable, IMO-certified Shipborne Surveillance Radar system that integrates with existing navigation systems and complies with various national and international standards. This initiative is critical for modernizing the Coast Guard's capabilities to address emerging maritime threats and challenges. Interested parties should submit their responses, including comments on the draft documents, to Amanda R. Barraclough at Amanda.R.Barraclough2@uscg.mil or Christina M. Grimstead at christina.m.grimstead@uscg.mil, with a minimum contract guarantee of $10,000 and a maximum ceiling of $49,000,000 over a ten-year period. Questions regarding the solicitation are due by December 15, 2025.
    Future X-Band Radar Development and LRIP
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is soliciting proposals for the Future X-Band Radar (FXR) development and Low Rate Initial Production (LRIP) for Fiscal Years 2026 to 2033. This procurement aims to enhance radar capabilities critical for search, detection, navigation, and guidance systems, which play a vital role in national defense operations. Interested offerors must request access to the competitive Request for Proposal (RFP) and associated documents from designated points of contact, with a deadline for access requests set for 1500 EST on December 29, 2025. For further inquiries, potential bidders can reach out to Jay Patel at jay.p.patel5.civ@us.navy.mil or Alexander Gosnell at alexander.b.gosnell.civ@us.navy.mil.
    AN/SPY-6(V) Production RFI/Sources Sought
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is issuing a Sources Sought Request for Information (RFI) regarding the production of the AN/SPY-6 radar variants, which include the Air and Missile Defense Radar (AMDR) and the Enterprise Air Surveillance Radar (EASR). The procurement aims to competitively award a multi-award Indefinite Delivery Indefinite Quantity (IDIQ) contract to support the production and integration of these advanced radar systems, which are critical for naval vessels such as destroyers and aircraft carriers. Interested companies are encouraged to participate in upcoming industry days and provide feedback on the draft solicitation, with the first industry day scheduled for December 15, 2025, and a deadline for feedback on the draft sections set for January 19, 2026. For further inquiries, companies may contact Spencer Bryant or Alexander Gosnell via email.
    Repair Color Weather Radar
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the repair of Color Weather Radar units essential for MH-60T aircraft operations. The procurement involves evaluating and repairing six radar components, ensuring compliance with OEM specifications, and addressing corrosion issues typical in maritime environments. This opportunity is critical for maintaining the airworthiness of Coast Guard aircraft, with a focus on quality assurance and traceability of parts. Interested vendors must submit their quotations by December 30, 2025, at 2:00 PM EST, and can direct inquiries to Adam Finnell at Adam.A.Finnell2@uscg.mil.
    RQR
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to meet the Repair Qualification Requirements (RQR) for the Phase Shifter Assembly used in the AN/APG-68 Radar Antenna. Prospective offerors must demonstrate their capabilities in facilities, testing, and inspection, and provide a complete data package along with a qualification test plan for government approval. This procurement is critical for ensuring that only qualified suppliers can undertake the repair of essential defense components, emphasizing compliance with stringent government standards. Interested parties should contact the SASPO office at 429SCMS.SASPO.Workflow@us.af.mil for further details, with an anticipated qualification testing cost of approximately $4,000 and a completion timeframe of 90 days.
    SUPPORT, RADAR SET
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking support for radar set equipment, specifically under the product service code 5840, which pertains to radar equipment, except airborne. The procurement aims to fulfill specific requirements related to radar systems, although detailed objectives have been redacted from the available documentation. These radar systems play a critical role in various defense operations, ensuring effective surveillance and situational awareness. Interested vendors can reach out to Juline Tenorio at Juline.Tenorio@dla.mil or by phone at 804-279-6181 for further information regarding this opportunity.
    Request for Information: Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for FAA ATO
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking experienced contractors to provide Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for its Air Traffic Organization (ATO). The primary objective is to support the Supply Chain Management Enterprise Resource Planning (SCM-ERP) system and other critical systems, enhancing the efficiency and effectiveness of the FAA's logistics and maintenance operations. This opportunity is part of a follow-on contract expected to commence in 2027, with a performance period of one base year plus four option years, and the FAA is currently evaluating its acquisition strategy, including potential contract structure and value. Interested vendors must submit their responses to the RFI by 5:00 PM CT on January 5, 2026, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.
    Request for Information for Innovative Solutions for FAA Application and Database Modernization
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking innovative solutions for the modernization of its application and database infrastructure through a Request for Information (RFI). The primary objectives of this procurement include reducing sustainment costs, enhancing operational efficiency, and improving system interoperability while addressing legacy technical challenges and ensuring scalability. This initiative is critical for the FAA as it aims to overcome complex interoperability requirements and data sensitivity issues across its systems. Interested parties are encouraged to submit their feedback by January 7, 2026, to inform the FAA's acquisition strategy, with inquiries directed to Daniel Farrell or Eric Waterman at SSDRFI@faa.gov.
    Radar Data Distribution System (RDDS)
    Buyer not available
    The Department of Defense, through the Air Combat Command Acquisition Management Integration Center, is seeking industry input for the modernization of the Radar Data Distribution System (RDDS) at the Joint Interagency Task Force South (JIATF-S) headquarters in Key West, Florida. The objective is to upgrade the existing RDDS infrastructure to accommodate new data formats, increased data volumes, and evolving security requirements while ensuring high reliability and operational availability. This procurement is critical for enhancing the capabilities of radar and sensor data management and distribution, which supports various stakeholders, including government agencies and partner nations. Interested parties, particularly small businesses, are encouraged to submit a capabilities package by December 17, 2025, to the designated contacts, Aurelio Medina and Chase Gordon, with an estimated award date in May 2026 and a solicitation release anticipated in March 2026.
    Intent to Procure: CARA AN/APN-232 Receiver Transmitter (NSN:5841-01-349-9175)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, intends to procure the AN-APN 232 Combined Altitude Radar Altimeter (CARA) Receiver-Transmitter from Symetrics Industries, LLC, dba Extant Aerospace. This procurement involves a firm fixed price request for proposal for the manufacture of 11 units of the Receiver-Transmitter, which is critical for transmitting and processing altitude-related data for various avionics systems, operating effectively from 0 to 50,000 feet. The unique technical specifications and proprietary knowledge required for this equipment render Symetrics Industries the sole source capable of fulfilling this requirement, as the government does not possess the necessary technical data. Interested parties may contact Vanessa Moes at vanessa.moes.1@us.af.mil for further information, with the proposal expected to be released on or before December 11, 2025.