APX-119 Digital Control Panel (DCP) FOR F-5 AIRCRAFT
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) is conducting a Sources Sought to identify potential sources capable of providing a software revision for the APX-119 Digital Control Panel (DCP) on F-5 aircraft. This effort aims to improve pilot safety by reducing heads-down time during flight. The current contract, N00421-25-C-0053, is a sole-source award to Raytheon Technologies Corporation (RTX) for Phase 1. This Sources Sought also covers the acquisition of four software loader kits and an extension of the period of performance to FY2027. Capability statements are due by May 18, 2026, at 11:00 AM EDT.
Requirement & Scope
NAVAIR's PMA-226 Adversary F-5 IPT requires a software revision for the APX-119 DCP (P/N 4087561) used on USN and USMC F-5N/F aircraft. The DCP controls transponder settings, and the current configuration, designed for multi-crewed aircraft, necessitates frequent manipulation by single F-5 pilots, increasing heads-down time. The software revision will include design, test, and qualification to address this.
The planned modification to the existing Firm Fixed Price (FFP) sole-source contract (N00421-25-C-0053) will also add the acquisition of four (4) software loader kits (P/N E6715255-0505) and extend the contract's period of performance to Fiscal Year (FY) 2027.
Contract Details
- Type: Sources Sought (Market Research)
- NAICS: 334511 (1,350 Employees)
- PSC: 1680 (Miscellaneous Aircraft Accessories and Components)
- Set-Aside: None specified (for market research purposes)
- Original Contract: N00421-25-C-0053 (FFP, sole source to Raytheon Technologies Corporation)
Submission Requirements
Interested parties must submit capability statements electronically in Microsoft Word or PDF format to Mrs. Kristin Nelson (kristin.a.nelson13.civ@us.navy.mil) and Mrs. Catrina Farrell (catrina.m.farrell.civ@us.navy.mil).
- Deadline: May 18, 2026, 11:00 AM EDT.
- Length: No more than 10 pages, single-spaced, 12-point font minimum.
- Content must address:
- How capabilities overcome government's data rights limitations for DCP software revision.
- Company introduction, Points of Contact (POCs), mailing address.
- Experience with similar size and scope.
- Company size status (Large, Small, Veteran-owned Small Business, Economically Disadvantaged Woman Owned Small Business, Woman-Owned Small Business, 8(a), Historically Underutilized Business Zone, Service-Disabled Veteran-Owned Small Business Concern).
- CAGE code, DUNS, office location(s), annual revenue, employee count.
- Ability to perform at least 50% of contract cost if teaming (for potential Small Business Set-Aside).
- Specific technical skills.
- Top-level schedule for development/modification, test, integration, and delivery.
- Assumptions (e.g., Government Furnished Material).
Important Notes
This is a Sources Sought only and does not commit the Government to a contract. It is for market research to determine if sources other than the Original Equipment Manufacturer (RTX) are capable, given the proprietary nature of the APX-119 DCP. Costs incurred for responses will not be reimbursed. Not responding does not preclude participation in any future RFP.