• AFSC APX-119 Identification of Friend or Foe Synopsis Notice (Not a Solicitation)
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
This is a presolicitation notice from the Department of the Air Force (AFSC PZABA) regarding an upcoming sole-source Indefinite Delivery Contract (IDC) for APX-119 Identification Friend or Foe (IFF) Radar Transponder repair services. This notice is for informational purposes only and is not a Request for Proposal (RFP); proposals are not being requested or considered at this time. The contract is intended for Raytheon due to a determination of "Only One Responsible Source" (FAR 6.302-1).
Scope of Work
The requirement involves comprehensive contractor-level repairs, spare part manufacturing, technical support, and data for APX-119 IFF Radar Transponder shop replaceable units (SRUs). The APX-119 units are projected to remain operational until at least 2030. Specific National Stock Numbers (NSNs) and part numbers with estimated quantities are detailed, including:
- NSN 5841-01-656-1177: Part Number 407100-0514/4079100-0593 (BEQ 38)
- NSN 5841-01-645-6210: Part Number 407100-0531 (BEQ 138)
- NSN 5841-01-614-7844: Part Number 4079100-0518 (BEQ 70)
- NSN 5841-01-651-6247: Part Number 4087561-0502 (BEQ 55)
The contractor will perform depot-level repairs, including testing, failure identification, repair to SRU and LRU component levels, operational testing, storage, program management, and configuration control. Services also encompass teardown, analysis, repair of spare components, packing, handling, storage, transportation, data collection, and engineering support. This acquisition involves military applications, and technical data distribution will be authorized by the Department of Defense.
Contract & Timeline
- Type: Presolicitation Notice for a Firm Fixed Price (FFP) Requirements Indefinite Delivery Contract (IDC)
- Duration: One year, with a 6-month option to extend services (FAR 52.217-8)
- Anticipated Period of Performance: Approximately September 2, 2026, to September 2, 2027
- Set-Aside: None specified (Sole Source to Raytheon)
- Response Date: May 9, 2026 (for this notice)
- Published: April 24, 2026
Additional Notes
The current acquisition strategy utilizes DLA's Raytheon Corporate Contract. The Government does not own or have access to the necessary data for these items, and samples are not available. The contractor will be responsible for furnishing all material, support equipment, tools, test equipment, and services, including maintaining and calibrating all required support equipment. Replacement parts must meet or exceed the quality of original components.