Digital Airport Surveillance Radar Sustainment
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 Air Force, specifically FA2330 ARSPC MGNT SYSTMS AFLCMC/HBA, has issued a Justification and Approval (J&A) for the continued sustainment of Digital Airport Surveillance Radar (DASR) systems. This J&A seeks to extend the ordering period of the existing Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract FA8730-20-D-0039 by 12 months and increase its maximum ordering amount. This action is to ensure continuous DASR sustainment and modernization, including the procurement of Mk3 Monopulse Secondary Surveillance Radar (MSSR) interrogators, through a sole-source arrangement with Raytheon Company.
Scope of Action
This J&A approves:
- A 12-month extension to the current DASR Sustainment ID/IQ Contract (FA8730-20-D-0039), moving the ordering period end date from March 28, 2026, to March 27, 2027.
- An increase to the maximum contract amount to fund the procurement of Mk3 MSSR interrogators, which will replace obsolete Mk2 units.
- The continued sustainment and modernization of 157 Digital Airport Surveillance Radars.
Contract & Timeline
- Type: Justification and Approval (J&A) for an existing ID/IQ contract extension.
- Current Contract: FA8730-20-D-0039
- Extension Duration: 12 months
- Extended End Date: March 27, 2027
- Set-Aside: None (Sole Source Justification to Raytheon Company)
- Published: March 5, 2026
- Place of Performance: Hanscom AFB, MA
Justification & Future Plans
Raytheon Company is identified as the only responsible source due to their Original Equipment Manufacturer (OEM) expertise, ownership of the Technical Data Package (TDP), and limitations on data rights. The agency determined that pursuing competition would result in significant duplication of costs and unacceptable delays. Market research, including a Sources Sought Synopsis on SAM.gov, yielded only one response from Raytheon. The agency intends to establish a new sole source contract for DASR sustainment through 2038 and is exploring the acquisition of Interface Control Documents (ICDs) to enable future competitive sourcing of individual subsystems.