SOURCES SOUGHT
58 -- P-8A Acoustic Operational Flight Program (AOFP) Acoustic Software Improvement Support Tasks, Capability Defect Package (CDP), and Correction of Deficiencies (COD) for Air Anti-Submarine Warfare (ASW) Systems Program Office (PMA-264)
- Notice Date
- 12/9/2025 9:10:46 AM
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-25-RFPREQ-APM264-0371
- Response Due
- 12/24/2025 1:00:00 PM
- Archive Date
- 01/08/2026
- Point of Contact
- Donna Baumgardner, Samantha Lysaght
- E-Mail Address
-
donna.c.baumgardner.civ@us.navy.mil, samantha.l.lysaght.civ@us.navy.mil
(donna.c.baumgardner.civ@us.navy.mil, samantha.l.lysaght.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- 1.0 Introduction This sources sought is being used as a market research tool pursuant to Federal Acquisition Regulations (FAR) Part 10 to determine potential sources and their technical capabilities. The result of this market research will contribute to determining the method of procurement. The Naval Air Systems Command (NAVAIR), Air-Anti Submarine Warfare (ASW) Systems Program Office (PMA-264) located in Patuxent River, MD announces its intention to award a sole-source contract to The Boeing Company, Huntington Beach, to address P-8A Acoustic Operational Flight Program (AOFP) Capability Defect Package (CDP),Acoustic Software Improvement support tasks, as well as address P-8A Poseidon Increment 3 (INC3) Acoustics (I3A) Correction of Deficiency (COD) tasks. Interested parties may identify their interest and capability to respond to the requirement no later than 15 days after Sources Sought Notice Date. PLACE OF PERFORMANCE Location Percentage of Effort Government (On-Site) Contractor (Off-Site) Huntington Beach, CA 80% 0% 80% California, MD 10% 0% 10% Patuxent River, MD 10% 10% 0% 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.� 2.0 PROGRAM BACKGROUND The Boeing Company, Huntington Beach is the sole designer and developer of the AOFP software in support of the P-8A Poseidon Multi-Mission Aircraft, to include, Increment 3 (INC3) Acoustic (I3A) software. This effort will provide continued CDP fixes to the P-8A acoustic software that result from Software Trouble Reports (STRs) submitted and approved by the Maritime Patrol Reconnaissance Aircraft (MPRA) community. Furthermore, acoustic software improvements will be developed and integrated into the AOFP under this effort to meet Fleet requirements. This effort will also provide continued support for the P-8A INC 3 Integration and Test (I&T) Activities and the Corrections of Deficiency that result from those events. The P-8A Poseidon INC3 program is made up of an incremental approach via delivery of Block 1 (Engineering Change Proposal ((ECP)) - 4/ECP-5) and Block 2 (ECP-6/7) capabilities. INC 3 Block 2 is comprised of two Acoustic improvements to the baseline AOFP software. This includes Net Ready Acoustic Architecture Migration (NRAAM) and the Multi-static Active Coherent Enhancements (MAC-E) capability. NRAAM refers to the porting of the P-8A Poseidon Acoustics Subsystem (PAS) (also known as AOFP) from the INC 2 baseline architecture into a new Software Oriented Architecture (SOA). MAC-E includes a variety of enhancements made to baseline MAC to support a larger search area in deep water environments. UnderSea Advantage (USA) Block 1 (B1) works with and complements MAC-E sensors and processing capabilities to provide the Fleet with substantial array gain for a variety of noise and threat environments over wide areas in deep ocean environments. The AOFP requirements are currently being performed by The Boeing Company, Huntington Beach. The projected award date for this procurement is June 2026. The anticipated Period of Performance (PoP) for this contract will be FY26, FY+1, FY+2, FY+3, FY+4 and FY+5. A five-year PoP provides the optimal length for the Government and maintains uninterrupted support for the P-8A AOFP subsystem and I&T schedules through the end of Development Test. Performance of this effort requires the contractor to have access to classified information up to and including TOP SECRET. The contractor�s facility must be approved by the Defense Security Service to process and maintain classified material at the TOP SECRET level. The contractor must have computer information systems approved at the TOP SECRET level. A DD Form 254 Contract Security Classification Specification shall apply with these requirements. Businesses should be compliant with Software Engineering Institute (SEI) Capability Maturity Model Integration (CMMI) Level III regarding software development and system integration (hardware, software, testing, and project management). The proposed acquisition will include a Conflict of Interest Solicitation provision and Contract Clause as set forth in Federal Acquisition Regulation (FAR) Subpart 9.5. 3.0 Required Capabilities The P-8A CDP and Acoustic Software Improvements tasks include engineering and technical efforts to further develop and support the P-8A AOFP, acoustic signal and information processing, algorithm development, hardware and software technology enhancements or improvements, engineering analyses, product support, program management, system engineering, software and firmware updates to support new development and deficiencies, system defect corrections, modernization, Integration and Test (I&T) support, and obsolescence related upgrades. The P-8A Poseidon INC3 Acoustics (I3A) Correction of Deficiency (COD) tasks include hardware and software technology enhancements or improvements, engineering analyses and evaluations, and I&T support. The Fleet-identified trouble reports are grouped into CDPs and submitted for fixes in subsequent Fleet Release builds. Upon approval, the Government will task the contractor with developing alternatives and ultimately implementing the corrections into one or more software builds. The CDP fixes are performed on an annual basis, and therefore require immediate resolution and rapid integration into the AOFP. 4.0 ELIGIBILITY The applicable NAICS code for this requirement is 336411. The Product Service Code is 5845. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. All interested contractors must be registered in the System for Award Management (SAM) government website at www.sam.gov to be eligible for award of Government contracts. Only interested firms who possess the supplies and services provided in this notice and can meet these requirements are invited to respond to this notice. The Government will not reimburse participants for any expenses associated with their participation in this notice. 5.0 SUBMITTAL INFORMATION It is requested that interested vendors submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single-spaced, 12 point font minimum) demonstrating the capability to meet the requirements of this notice. This documentation must address, at a minimum, the following: A company profile to include Company name, business size under North America Industry Classification System (NAICS) Code 33641, office location(s), Point of Contact (POC) name, phone number, email address, Commercial And Government Entity (CAGE) code, and Unique Entity ID (UEI). Include a brief description of any applicable contracts relating to the supplies and/or services described herein. Prior/current industry experience of similar size and scope as referenced in section 3.0 Required Capabilities. Address the proposed management approach to staffing the effort with qualified personnel. Include corporate management policies, quality certifications, and the experience level of currently employed personnel to be assigned tasks under this effort. Provide documentation of the company's ability to begin performance immediately upon contract award projected on 30 June 2026, to include a detailed plan and estimated schedule(s) of performance. Include any deviation or impact, if applicable. The estimated period of performance for this effort is 60 months. Provide documentation to show the company's ability to meet the Required Capabilities, Special Requirements, and Eligibility of this notice. Media: One (1) electronic copy is required. Submissions should be in Adobe PDF. Note that large files (>5MB) may not be receivable due to the Navy Marine Corps Intranet security. Means of Delivery: Submissions must be received no later than the Response Date of this notice. The capability statement package and/or questions or comments regarding this notice may be sent by email to Donna Baumgardner at donna.c.baumgardner.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/be3dad8ba89f45ee9f7faf4f64d5fd01/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07661428-F 20251211/251209230047 (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 |