Electro-Optical Infrared Direct Injection (EOIRDI)
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 Warfare Command Aircraft Division (NAWCAD) has issued a Presolicitation / Notice of Intent to Sole Source for the continuation and expansion of the Electro-Optical Infrared Direct Injection (EOIRDI) system. This effort is intended for Northrop Grumman Systems Corporation and is for informational purposes only; the Government is not seeking proposals.
Purpose & Scope
NAWCAD intends to solicit a sole source proposal to continue Tier 1 efforts and complete Terrain/Radiance Map Generation, additional user and developer documentation, and ARINC interface requirements for the EOIRDI system. The broader scope involves the analysis, documentation, and enhancement of the Electro-Optical Infrared (EO/IR) Scene Generation System (SGS) to support developmental testing and functional system integration. This includes:
- Development and delivery of two site-specific SGS for fixed-wing (Block A, F-35) and rotary-wing (Block B) platforms.
- Continued software development and incremental upgrades to SGS.
- Development of Tier 1 and Tier 2 model applications.
- Procurement of long lead material and post-delivery support.
- Development of user documentation, interface control documents, and firmware support manuals.
- Integration of an ARINC-818 video output protocol.
Contract Details
- Type: Sole Source modification to an existing delivery order (N0042123F0031) under Basic Ordering Agreement (BOA) N0042122G0004.
- Intended Contractor: Northrop Grumman Systems Corporation, 1740 Wehrle Dr, Buffalo, NY 14221.
- Action: Increase the ceiling of Tier 1 (CLIN 0001) and establish Option CLINs on the delivery order.
- Set-Aside: Sole Source (pursued under FAR 6.103-1, citing "Only one responsible source").
Place of Performance
Primary location is St James, MD 20670. Site integration for Block A will occur at NAS Patuxent River NAS and potentially Eglin or Edwards Air Force Base.
Submission & Evaluation
This notice is for informational purposes only and is not a request for quotes or proposals. The Government is not considering responses to this notice and has determined not to compete this procurement.
Contact Information
For informational inquiries, contact Karen Joachim at karen.v.joachim.civ@us.navy.mil.