FA-18E/F Infrared Search and Track (IRST) Block II

SOL #: V3N00019-24-RFPREQ-TPM265-0511Sources Sought

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL AIR SYSTEMS COMMAND
PATUXENT RIVER, MD, 20670-5000, United States

Place of Performance

Saint Louis, MO

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Airframe Structural Components (1560)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 9, 2026
2
Last Updated
Feb 9, 2026
3
Response Deadline
Feb 25, 2026, 9:00 PM

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) at Patuxent River, MD, is conducting market research through this Sources Sought notice for the FA-18E/F Infrared Search and Track (IRST) Block II program. The Navy seeks to identify potential small and/or other than small businesses capable of providing specific replaceable assemblies: the Fuel Tank Assembly (FTA) and Sensor Assembly Structure (SAS). These assemblies must house the Infrared Receiver (IRR), Processor, Inertial Measurement Unit (IMU), and Environmental Control Unit (ECU). Additionally, offerors must be able to perform automated test procedures (ATPs) and troubleshooting at their facility. Responses are due by 4:00 p.m. Eastern Standard Time on March 20, 2025.

Scope of Work

This market research focuses on identifying industry capabilities for:

  • Manufacturing/Supplying: Fuel Tank Assembly (FTA) and Sensor Assembly Structure (SAS) for the FA-18E/F IRST Block II.
  • Housing Capability: The FTA and SAS must be designed to house separately procured components including the Infrared Receiver (IRR), Processor, Inertial Measurement Unit (IMU), and Environmental Control Unit (ECU).
  • Testing & Troubleshooting: Offerors must possess the capability to perform automated test procedures (ATPs) on these specific Weapon Replaceable Assemblies (WRAs) and conduct troubleshooting at their own facility. The Product Service Code is 1560 (Airframe Structural Components).

Contract & Timeline

  • Type: Sources Sought / Market Research (Informational Purposes Only)
  • Set-Aside: None specified (market research to determine potential business size participation)
  • Response Due: March 20, 2025, by 4:00 p.m. EST (as stated in the description)
  • Published: February 9, 2026 (as per SAM.gov metadata)

Submission Details

Interested businesses should submit a brief capabilities statement package, not exceeding ten 8.5 x 11 inch pages (12-point font, 1.5 spaced), demonstrating their ability to meet the described requirements. Documentation should be in bullet format. Submissions must include Company Name, Address, CAGE Code, Business Size, and Point of Contact (name, phone, email).

Additional Notes

This is strictly for informational purposes and market research; it is not a Request for Proposal (RFP) and does not constitute a commitment by the Government. No contract will be awarded as a result of this announcement, and no funds are available for response preparation. Any future contract actions will be synopsized on SAM.gov.

People

Points of Contact

Katlen SaffiotiPRIMARY
Jessica MyersSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Combined Synopsis/Solicitation
Posted: Feb 9, 2026
View
Version 1Viewing
Sources Sought
Posted: Feb 9, 2026
FA-18E/F Infrared Search and Track (IRST) Block II | GovScope