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) Patuxent River, Maryland, Air ASW Program Office (PMA-264) has the requirement for Fiscal Years (FY) 2026 through 2031 for upgrade of software/hardware and improvements of CASEFI to support UnderSea Advantage (USA) and Automated Directional Command Activated Sonobuoy System (AutoDICASS) on Maritime Patrol Reconnaissance Aircraft (MPRA). This requirement seeks to propose, refine, and enhance sonobuoys and algorithms used in the USA and AutoDICASS signal processing chain.
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. RESPONSES TO THIS SOURCES SOUGHT WILL NOT BE RETURNED. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE REVIEW.
2.0 PROGRAM BACKGROUND
The MAC-E system represents a new tactical phase in ASW supporting the MPRA community. Along with the current Multistatic Active Coherent Enhancement (MAC-E) system, NAVAIR is introducing improved localization signal processing through AutoDICASS and an improved MAC-E system through USA. This requires a design and development update to CASEFI.
A DD Form 254 Contract Security Classification Specification shall apply, and the prime contractor shall have or demonstrate ability to obtain a SECRET Facility Clearance.
3.0 REQUIRED CAPABILITIES
In support of MPRA Post-Flight Analysis (PFA) research, development, and engineering capabilities, interested vendors must:
- Design, develop, fabricate, test, document, deliver, and implement oceanographic, sensor, and target modeling with simulated environments and scenarios for use in capability development.
- Ensure software algorithms and display implementations remain in alignment with the Air ASW platforms as well as backwards compatible across previous P-8A aircraft product releases. This includes MAC-E, USA receiver sonobuoy, and AutoDICASS with updated Directional Command Activated Sonobuoy System (DICASS) sonobuoys and associated waveforms.
- Within the broader signal processing objective, improve target detection and reduce clutter in Air ASW systems.
- Verify existing MAC-E and DICASS capabilities work as intended with updated USA, AutoDICASS, and DIFAR sonobuoys.
4.0 ELIGIBILITY
The applicable NAICS code for this requirement is 334511. The Product Service Code is AC12. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement package.
All interested vendors 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 vendors who can meet the required capabilities described within are invited to respond to this sources sought.
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). 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 334511, 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 in May 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 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 4:30PM Eastern Time on the Response Date of this sources sought. The capability statement package and/or questions or comments regarding this sources sought may be sent by email to Donna Baumgardner at donna.c.baumgardner.civ@us.navy.mil.
Primary Point of Contact:
Donna Baumgardner
Contract Specialist
donna.c.baumgardner.civ@us.navy.mil
Secondary Point of Contact:
Samantha Lysaght
Procuring Contracting Officer
samantha.l.lysaght.civ@us.navy.mil
Contracting Office Address:
47126 Buse Road, Building 2272
Patuxent River, Maryland 20670 United States