This Sources Sought Notice is being posted to satisfy the requirement of Federal Acquisition Regulation (FAR) 15.201(e) and Defense Federal Acquisition Regulation Supplement (DFARS) PGI 206.302-1.
The Naval Air Systems Command (NAVAIR) is seeking eligible business firms who can provide supplies and services in support of a Basic Ordering Agreement (BOA) with a five-year ordering period for Electromagnetic Aircraft Launch System (EMALS) and Advanced Arresting Gear (AAG) systems of the Ford Class of Carriers. The planned contract award date is no later than 26 June 2026.
The anticipated efforts under this potential BOA include, but are not limited to:
Engineering and Technical Support: Provide non-recurring engineering to develop forward-fit (production) and/or retrofit hardware and software; manage obsolescence; execute redesigns; and implement improvements to operational performance, safety, reliability, maintainability, life, and operational readiness.
Life Cycle Logistics: Provide obsolescence, redesigns, performance, safety, reliability, maintainability, life and operational readiness improvements. Resolve defects of assemblies, components, and parts. Develop installation, removal, and maintenance procedures including technical publications and directives to include the validation/verification of the aforementioned procedures.
Technical Data Management: Managing, maintaining the configuration of, and providing Government access to data within an integrated data environment (IDE). This includes all media associated with or impacted by any scope of these orders, whether created, altered, complimented, or supplemented by the Contractor or the Government.
Depot Standup Activities: Design test benches, procurement of tooling to support depot stand up activity, multi-site laboratory setup and major lab procurements.
Individual Orders will include:
AAG Electrical Isolation production kits and install
Cable Shock Absorber (CSA) Vent Valve non-recurring engineering (NRE)
AAG MQ-25 compatibility software development, modeling and simulation, and test
EMALS Ground Fault Detection hardware development
EMALS Autosuspends software and hardware development and install
EMALS Catapult Status Dashboard and Maintenance Laptops hardware development
EMALS Block Switch Controller Complex Programmable Logic Device production kits and install
EMALS Power Conversion System (PCS) Rectifier NRE, Integrated Logistics Support (ILS), production kits, and install
EMALS Rectifier Temp Transmitter NRE, production kits, and install
EMALS PCS Motor Controller Central Processing Unit (CPU) NRE, production kits, and install
EMALS Launch Management System (LMS)Armature Cooling System NRE
EMALS PCS Position Data Collector NRE
EMALS Prime Power Interface Subsystem (PPIS) Transformer Rectifier NRE and install
EMALS Transformer Rectifier Fuse Detection production kits and installation
EMALS and AAG Depot engineering, logistics, and Support Equipment
EMALS and AAG diversion and cannibalizations
Special Requirements:
NAVAIR expects to receive from each respondent a full response with capability summary, which contains a detailed description that clearly demonstrates that your company currently possesses or has authorized access or has a viable plan to obtain, generate, or otherwise secure authorized access to the necessary technical data to complete the above tasking and that it will be maintained throughout the duration of the effort being solicited. For example, the summary should include details on the following technical data: Specifications, Critical Manufacturing Processes, Product Engineering Design Data and Special Tooling Engineering Design Data of the EMALS and AAG systems.
Eligibility:
The applicable NAICS code for this requirement is 336413, Other Aircraft Part and Auxiliary Equipment Manufacturing, with a Small Business Size Standard of 1,250 employees. The Product Service Codes (PSCs) are 1710 – Aircraft Landing Equipment and 1720 – Aircraft Launching Equipment.
The results of this Sources Sought Notice will also be used to determine if any Small Business Set-Aside opportunities exist. In addition, this market research tool is being used to identify potential and eligible firms of all sizes, prior to determining the method of acquisition. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Note: FAR 52.219-14 Limitation on Subcontracting requires a small business prime on a Set-Aside to perform at least 50% of the cost of contract performance. Small business primes may now count “first tier subcontracted” work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2020-O0008 dated 04/03/20 at https://www.acquisition.gov/browse/index/far).
To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize “similarly situated entities” to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in the response to this notice to assist the Government’s capability determination.
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 SOURCES SOUGHT IS STRICTLY VOLUNTARY.
Capability Package Submittal Information and Instructions:
Responsible parties may identify their interest by responding to the requirement with a capability statement (no more than 10 pages in length). No phone inquiries will be entertained. Responses shall be made in writing by e-mail to the attention of the listed points of contacts using the contact information provided. Interested parties are requested to submit their capability statement along with their company name, address, and any comments or questions to Amanda Jones, amanda.d.jones39.civ@us.navy.mil and Margo O’Rear at margo.b.orear.civ@us.navy.mil by 4:00 PM (EDT) on 08 August 2025. Late responses submitted past the day and time may not be considered. Classified material shall not be submitted. All submissions should include this Sources Sought Notice Reference Number, company name, company address, CAGE code, UEI number, and a point-of-contact who is able to discuss the Capability Statement submitted. Point-of-contact information should include name, position, phone number, and email address. The Government will acknowledge receipt of the response. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. All submissions must be clearly marked IAW DoDI 5200.48, Controlled Unclassified Information (CUI). 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 persons but may request additional information following review. Note: If the interested person is a foreign concern or if a U.S. interested person has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required.