Federal Contract Opportunity

Last Updated on 01 Jul 2025 at 12 PM
Sources Sought
Patuxent river Maryland

PMA-264 Air Anti-Submarine Warfare (ASW) UnderSea Advantage (USA) Block 1 (B1) Digital Directional Frequency Analysis and Recording (DIFAR) Vertical Line Array (DDVLA) Engineering & Manufacturing Development (EMD) procurement

Details

Solicitation ID N00019-26-RFPREQ-APM264-0024
Posted Date 01 Jul 2025 at 12 PM
Response Date 16 Jul 2025 at 9 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Naval Air Systems Command
Agency Department Of Defense
Location Patuxent river Maryland United states

Sign up to access Documents

Signup now

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:

  • Manufacturing readiness posture such as availability of pre-qualified materials and components.
  • Lead times for procurement.
  • Manufacturing processes required.
  • Tooling requirements.
  • Complexity of assembly.
  • Potential for defects.
  • Cost of manufacturing.
  • Experience creating or working from a Level 2 TDP.

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: 

  1. A company profile to include Company name, business size under 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 with contract number of any applicable contracts relating to the supplies and/or services described herein.
  2. 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.
  3. Provide documentation to show the company's ability to meet the Required Capabilities in Section 3.0, Special Requirements, 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 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.

Similar Opportunities

Newport Rhode island 08 Jul 2025 at 6 PM
Newport Rhode island 08 Jul 2025 at 6 PM
Falls church Virginia 11 Jul 2025 at 9 PM
Philadelphia Pennsylvania 16 Jul 2025 at 7 PM