FA-18E/F Infrared Search and Track (IRST) Block II
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) at Patuxent River, MD, announces its intention to procure F/A-18E/F Infrared Search and Track (IRST) Pod Block II Weapon Replaceable Assemblies (WRAs), specifically the Fuel Tank Assembly (FTA) and Sensor Assembly Structure (SAS). This is a sole-source acquisition to Boeing, justified under FAR 6.302-1, due to their unique manufacturing knowledge and technical data. This synopsis is for informational purposes only and is not a request for competitive proposals.
Scope of Work
NAVAIR intends to procure:
- F/A-18E/F IRST Pod Block II WRAs (FTA and SAS).
- Performance of final system integration to ensure all WRAs function correctly as a complete system.
- Potential offerors must be capable of troubleshooting and adjudicating issues if WRAs do not function properly at the system level.
- Potential requirement to design, build, or acquire special test equipment (STE) for WRA production.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (Sole Source Justification)
- Set-Aside: None (Sole Source to Boeing)
- Response Due: February 25, 2026 (for Statements of Capability)
- Published: February 9, 2026
- Place of Performance: Saint Louis, MO, United States
Evaluation
This notice is for market research. Responsible sources may submit a Statement of Capability and Qualifications demonstrating their ability to perform the requirement and provide proof of necessary facility and personnel clearances. The Government will use these statements to confirm the sole-source approach or reconsider a competitive procurement. A prior sources sought notice was also issued, and responses may impact acquisition decisions.
Additional Notes
For small business or subcontracting opportunities related to this requirement, interested parties should contact Boeing directly at (314) 233-1599. The determination not to compete this requirement is solely at the discretion of the U.S. Government.
Contact Information
- Primary: Katlen Saffioti (katlen.r.saffioti.civ@us.navy.mil)
- Secondary: Jessica Myers (jessica.v.myers.civ@us.navy.mil)