IRST Block II Full Rate Production (FRP) - Infrared Receivers (IRR), Inertial Measurement Unit (IMU), and Processor Weapon Replaceable Assemblies (WRAs)
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, intends to award a Firm Fixed Price (FFP) contract to Lockheed Martin, Orlando, FL, on a sole source basis. This contract is for the production of F/A-18E/F Infrared Search and Track (IRST) Block II Weapon Replaceable Assemblies (WRAs), specifically the Infrared Receiver (IRR), Inertial Measurement Unit (IMU), and Processor. This pre-solicitation notice is for informational purposes only and is not a request for competitive proposals.
Scope of Work
The requirement is for the production of critical components for the F/A-18E/F IRST Block II system:
- Infrared Receiver (IRR)
- Inertial Measurement Unit (IMU)
- Processor
This procurement will serve as the follow-on to the IRST Full Rate Production (FRP) Lot 1 contract (N00019-25-C-0009).
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Awardee: Lockheed Martin (sole source)
- Authority: Title 10, U.S. Code 2304(c)(1), as implemented by FAR 6.302-1, "Only One Responsible Source."
- Set-Aside: Not Applicable (Sole Source)
- Response Due: March 27, 2026, 6:00 PM UTC
- Published: March 12, 2026, 6:11 PM UTC
- Previous Notices: This is a reposting of N00019-24-RFPREQ-TPM265-0513 and N00019-24-RFPREQ-TPM265-0513-R1.
Justification for Sole Source
Lockheed Martin is identified as the sole designer, developer, and manufacturer of the IRST IRR, IMU, and Processor. They possess the exclusive knowledge, experience, and technical data required for successful manufacturing without causing unacceptable delays to Navy operational requirements. Awarding to any other source would result in substantial and unrecoverable duplication of cost to the Government.
Action Items & Important Notes
- This synopsis is for informational purposes only and not a request for competitive proposals.
- Interested parties may identify their interest and capability by responding to this synopsis. Information received will be considered solely for determining whether to conduct a competitive procurement.
- The Government is not committed to issuing a solicitation or making an award based on this notice.
- A separate sources sought notice was also issued, and responses may influence acquisition decisions.
- Government Contacts: Shannon Buckalew (shannon.r.buckalew.civ@us.navy.mil) or Jessica Myers (jessica.v.myers.civ@us.navy.mil).
- For small business or subcontracting opportunities, contact Lockheed Martin at (972) 603-2950.