1.0 Introduction
This Sources Sought seeks vendors who can manufacture and assemble various components and materials required to produce sonobuoys in large quantities and with the reliability required in support of Engineering & Manufacturing Development (EMD) of Digital Directional Frequency Analysis and Recording (DIFAR) Vertical Line Array (DDVLA) sonobuoys. This technology will provide enhanced detection capability in a wide range of noise and threat environments.
Naval Air Systems Command (NAVAIR) Patuxent River, MD, Air Anti-Submarine Warfare (ASW) Program Office (PMA-264) is planning to host an Industry Day with potential vendors the week of 18 August 2025. More information will be posted on the System for Award Management (SAM) government website the week of 14 July 2025.
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
NAVAIR Patuxent River, Maryland, Air ASW Program Office (PMA-264) has the requirement for Fiscal Years (FY) 2027 through 2029 to procure ~560 EMD DDVLA sensor-enabled sonobuoys supported by a DDVLA Technical Data Package (TDP) to support UnderSea Advantage (USA) on Maritime Patrol Reconnaissance Aircraft (MPRA). The EMD procurement requirement will lead to low-rate initial production (LRIP) DDVLA sonobuoy quantities (~6600), and subsequently full-rate production sonobuoy quantities.
3.0 Required Capabilities
This effort will assess evidence of vendors who are capable of conducting a producibility assessment to evaluate the ease of manufacturing and assembly for the various components and materials required to produce sonobuoys in large quantities and with the reliability required. Interested vendors shall provide a capabilities statement that includes the following:
4.0 ELIGIBILITY
The applicable North America Industry Classification System (NAICS) code for this requirement is 334511. 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 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 five (5) 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:
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 Questions or comments regarding this notice may be sent by email to Anthony Gatlin at [email protected]. Prior to sending a capability statement package, please contact Anthony Gatlin at [email protected] and request a DodSafe drop off link.