This Is a Sources Sought Announcement Only. 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) 206.302-1(d) and PGI 206.302-1.
Introduction
The Naval Air Systems Command (NAVAIR) is seeking eligible business firms who can develop and implement Electromagnetic Aircraft Launch System (EMALS) Engineering Change Proposals (ECPs) that are required to maintain and sustain system availability objectives on the Ford Class Carriers. This contract will support two EMALS ECPs that have already been fielded via Interim Launch and Recovery Change (ILRC) on CVN 78. The contract will formally document and baseline the two ECP’s under the EMALS configuration. The contract will facilitate needed Non-Recurring Engineering (NRE), procedure validation/verification and software / hardware testing associated with the two ECPs. The planned contract award date is 27 May 2026 with performance through 30 December 2029, to include options.
ECP-I-EMALS-0059 EMALS Catapult Status Dashboard (CSD) will baseline the Catapult Status Dashboard Laptop (Government Furnished Property) and the Laptop’s Government developed CSD Software (Government Furnished Information).
ECP-I-EMALS-0060 EMALS Software (SW) Maintenance Laptop will baseline the SW Maintenance Laptop Kit (GFP Laptop and supporting interface cables & connectors) as EMALS “Support Equipment”. ECP-0060 will also expand the number of already fielded Software Maintenance Laptop installation and test procedures by including more government and contractor developed procedures. The contractor will be required to validate these procedures, document the procedures and incorporate / publish the procedures in the EMALS Integrated Electronic Technical Manual (IETM).
Background
ECP-I-EMALS-0059 EMALS Catapult Status Dashboard (CSD) was developed to provide the EMALS Maintenance Workstation (MWS) operators with increased operational awareness of EMALS equipment status and system readiness during flight operations and maintenance. The Dashboard provides an easy-to-read User Interface that alerts the MWS operator of legitimate failures, which were previously going unnoticed because of the magnitude of faults displayed by MWS.
ECP-I-EMALS-0060 EMALS SW Maintenance Laptop was developed to enable ship force personnel to have the capability to perform O-Level software / firmware maintenance tasks. The SW Maintenance Laptop, supporting cables and connectors’ kit and SW Maintenance Laptop Procedures provide Ford Class Sailors with the ability to perform software/firmware updates and troubleshooting while underway, without having to back ashore for technical support.
Special Requirements
NAVAIR expects to receive from each respondent a full response with capability summary, which contains a detailed description of the following:
- Demonstrate the interested vendor has possession or authorized access to the necessary technical data, or a viable plan to obtain, generate or otherwise secure authorized access to the necessary technical data, and how it will be maintained throughout the duration of the effort
- Demonstrate how the interested vendor will develop and produce updated drawings for the ECPs identified within this Sources Sought and incorporate updated logistics products into the existing Logistics Product Database and Interactive Electronic Technical Manual(s)
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 Code (PSC) is 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 Tyler Rowe, tyler.j.rowe8.civ@us.navy.mil and Margo O’Rear at margo.b.orear.civ@us.navy.mil by 5:00 PM (EST) on 08 October 2025. Late responses submitted past the day and time aforementioned 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 should 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.