ATNAVICS field repairs
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 Army, through W6QK ACC-APG, is conducting a Market Survey (Sources Sought) to identify potential sources for field technical assistance, system maintenance, repair of spares, spares acquisition, and lifecycle support and engineering for the AN/TPN-31 Air Traffic Navigation Integration and Coordination System (ATNAVICS) and the AN/FPN-67 Fixed Base Precision Approach Radar (FBPAR). Responses are due March 3, 2026.
Scope of Work
This market survey seeks capabilities for comprehensive support of the ATNAVICS and FBPAR systems. Services include field technical assistance, system maintenance (including cannibalization), repair of spares, acquisition of spares, and lifecycle support and engineering. It is noted that Raytheon Electronic Systems is the original developer and integrator, and the Government does not possess specifications or detailed drawings. Changes to proprietary software, owned by Raytheon, may be necessary for system maintenance and repair.
Contract & Timeline
- Type: Sources Sought / Market Survey
- NAICS Code: 334511
- Set-Aside: None specified
- Response Due: March 3, 2026, by 21:30Z
- Published: February 25, 2026
- Place of Performance: Aberdeen Proving Ground, MD, United States
Instructions to Respondents
Interested companies must provide a response demonstrating their capability to meet the stated objectives, specifically highlighting prior experience in providing these services for the AN/TPN-31 and AN/FPN-67 systems under a United States Government contract, or the capability to repair these items. Responses should include technical/descriptive text, functional block diagrams, or illustrations. Required company information includes: Company Name, Address, Point of Contact (phone/email), CAGE Code, Web Page URL, and country of ownership. Responses are limited to 10 pages (including cover page) and must be submitted in Microsoft Word or Adobe Acrobat format via email to the contact person.
Additional Notes
This market survey is for planning purposes only and does not guarantee a future solicitation. Submitted documentation becomes the property of the U.S. Government and will not be returned.