ADIRU P-8A Incorporation
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy / Naval Air Systems Command is conducting market research via a Sources Sought notice for the ADIRU P-8A Incorporation project. This effort seeks to identify qualified sources capable of updating the P-8A Poseidon's Air Data Inertial Reference Unit (ADIRU) with 2015 magnetic variation (MAGVAR) tables to maintain critical flight certifications. Capability Statements are due by February 2, 2026.
Scope of Work
The P-8A Poseidon, a re-engineered Boeing 737-800, requires an update to its Air Data Inertial Reference Unit (ADIRU) to incorporate 2015 magnetic variation (MAGVAR) tables. This update is essential to maintain the aircraft's certified ability to operate in Instrument Meteorological Conditions (IMC) and use Required Navigation Performance (RNP) Area Navigation (RNAV) routes. The updated ADIRU must comply with FAA Technical Standard Orders (TSO) C4c, C5e, C6d, and C106, and satisfy DO-178B Design Assurance Level A requirements. The place of performance is Seattle, WA.
Submission Requirements
Interested parties should submit a Capability Statement addressing the following:
- Small/Large Business Status: Company profile, employee count, revenue, office locations, DUNS, CAGE, and current business status.
- Execution: Technical approach for meeting schedule and performance. Small businesses must detail plans to perform at least 50% of the work.
- Experience: Relevant contracts awarded within the last three years.
- Personnel: Professional qualifications and experience of key personnel.
- Facilities: Availability and description of facilities and equipment.
- Security: Description of facility and personnel security for classified information/hardware.
- Other: Any specific and pertinent information enhancing evaluation.
Submission Details
Responses are limited to 20 pages (8.5 x 11 paper, 1-inch margins, 10-point Times New Roman font). Submissions must be sent electronically via email in Microsoft Word or PDF format, clearly marked "For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only." Classified material is strictly prohibited. Include RFI Reference Number, company details (name, address, CAGE, DUNS), and point-of-contact information (name, position, phone, email).
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: None specified
- Response Due: February 2, 2026 (05:00 AM EST)
- Published: January 29, 2026
Additional Notes
This notice is for market research purposes only; it does not constitute a solicitation or guarantee a future contract. The Government is not obligated to provide feedback on submissions. Foreign concerns or US entities with foreign partners must adhere to all International Traffic and Arms Regulations (ITAR).