AN/UPX-50 Common Core Digital Interrogator (CCDI) Productionization
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 Naval Air Systems Command (NAVAIR), PMA-213, is conducting market research via a Sources Sought notice for the productionization of the AN/UPX-52 Common Core Digital Interrogator (CCDI). This effort aims to update the AN/UPX-50(C) DI to address obsolescence and combine systems for AIMS certification. NAVAIR intends to award a Basic Ordering Agreement (BOA) order. Responses are due by January 27, 2026.
Scope of Work
This opportunity involves the productionization of the AN/UPX-52 CCDI, which is an update to the AN/UPX-50(C) Digital Interrogator. Key requirements include:
- Integration of complex Contractor and Government-developed algorithms for target processing.
- System operation with Aegis Weapon System (AWS) and Ship's Self Defense System (SSDS).
- Completion of Non-Recurring Engineering activities.
- Development and integration of specialized test equipment.
- Production deliveries of AN/UPX 50 CCDI EDMs beginning December 2026 to support production deliveries in December 2027 for various ship classes (CG, CVN, DDG, FFG, LHA, LHD, LPD, WMSL, WMSM).
- Contractual options include Administrative Kiosk Mode and Roles, KIV-80 Interchangeability, Option to address Trouble Reports, and Automated Switch-Over Development.
Contract & Timeline
- Type: Sources Sought (Market Research) for a Basic Ordering Agreement (BOA) order.
- NAICS Code: 334511 (Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing).
- Set-Aside: None specified.
- Anticipated Award: June 2025.
- Response Due: January 27, 2026, 4:00 pm Eastern.
- Published: January 12, 2026.
- Place of Performance: Greenlawn, NY.
Submission & Evaluation
Interested vendors must submit a capabilities statement package (maximum 10 pages, single-spaced, 12-point font) via email to Quinn Wenger (quinn.wenger@navy.mil). The package must include:
- Company profile, business size, location, Point of Contact (POC).
- Applicable contracts, prior experience, management approach, staffing plan.
- Corporate policies, certifications, and personnel experience.
- Documentation of ability to begin performance immediately and a detailed plan/schedule.
- Demonstration of ability to meet Required Capabilities and Eligibility.
- Crucially, explain how the company would complete CCDI Productionization without a Government-furnished Technical Data Package (TDP), as the incumbent (BAE Systems) retains it. This is for informational purposes only and does not constitute a solicitation.