SOLICITATION NOTICE
58 -- IRST Block II Full Rate Production (FRP) - Infrared Receivers (IRR), Inertial Measurement Unit (IMU), and Processor Weapon Replaceable Assemblies (WRAs)
- Notice Date
- 3/12/2026 11:26:26 AM
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-26-RFPREQ-TPM265-0297
- Response Due
- 3/27/2026 11:00:00 AM
- Archive Date
- 04/11/2026
- Point of Contact
- Shannon Buckalew, Jessica Myers
- E-Mail Address
-
shannon.r.buckalew.civ@us.navy.mil, jessica.v.myers.civ@us.navy.mil
(shannon.r.buckalew.civ@us.navy.mil, jessica.v.myers.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- The Naval Air Systems Command (NAVAIR) at Patuxent River, MD intends to award a Firm Fixed Price (FFP) contract to Lockheed Martin, Orlando, FL, on a sole source basis. This contract will provide for the production of F/A-18E/F Infrared Search and Track (IRST) Block II Weapon Replaceable Assemblies (WRAs), specifically the Infrared Receiver (IRR), Inertial Measurement Unit (IMU), and Processor. This proposed contractual action will serve as the follow-on procurement to the IRST Full Rate Production (FRP) Lot 1 procured via contract N00019-25-C-0009. As the sole designer, developer, and manufacturer of the IRST IRR, IMU, and Processor, Lockheed Martin is the only source with the requisite knowledge, experience, and technical data required to successfully manufacture the system without causing unacceptable delays in meeting the Navy�s operational requirements. Additionally, an award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition. The authority permitting other than full and open competition is Title 10, U.S. Code 2304(c)(1), as implemented by FAR 6.302-1, ""Only One Responsible Source,"" and no other supplies or services will satisfy agency requirements. This synopsis is for informational purposes only and is not a request for competitive proposals. Interested parties may identify their interest and capability by responding to this synopsis. The Government will consider all capability information received prior to the closing date. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete based upon responses to this notice is solely within the discretion of the Government. There is no commitment by the Government to issue any solicitation, make an award, or be responsible for any monies expended by any interested party before award of a contract for the efforts detailed above. Information provided herein in no way binds the Government to solicit for or award a contract. This synopsis is a reposting of N00019-24-RFPREQ-TPM265-0513 (published 9 May 2024) and N00019-24-RFPREQ-TPM265-0513-R1 (published 5 March 2025). In addition to this pre-solicitation notice, the Government has also issued a sources sought notice to determine if any other sources have the potential to fulfill this requirement. Any responses to the sources sought will be reviewed and may impact the Government's acquisition decisions as they relate to this requirement. If you have any questions regarding this synopsis, please contact Shannon Buckalew at shannon.r.buckalew.civ@us.navy.mil or Jessica Myers at jessica.v.myers.civ@us.navy.mil. For small business or subcontracting opportunities, contact Lockheed Martin at (972) 603-2950.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/371665e2f7b840b08f974cc7270b0a2e/view)
- Place of Performance
- Address: Orlando, FL, USA
- Country: USA
- Country: USA
- Record
- SN07743596-F 20260314/260312230048 (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 |