IRST Block II Full Rate Production (FRP) - Infrared Receiver (IRR), Inertial Measurement Unit (IMU), and Processer 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), under the Department of the Navy, is conducting a Sources Sought for F/A-18E/F Infrared Search and Track (IRST) Block II Weapon Replaceable Assemblies (WRAs). This market research aims to identify capable firms for the full-rate production of the Infrared Receiver (IRR), Inertial Measurement Unit (IMU), and Processor WRAs. The place of performance is Orlando, FL. Responses are due by March 27, 2026.
Scope of Work
NAVAIR intends to procure IRST Block II WRAs that meet mission objectives and requirements. Key capabilities required from offerors include:
- Manufacturing and supplying Infrared Receiver (IRR), Inertial Measurement Unit (IMU), and Processor WRAs for the F/A-18E/F IRST Block II system.
- Performing automated test procedures (ATPs) on these specific WRAs.
- Troubleshooting any issues at the offeror's facility.
- Potentially designing, building, or acquiring special tooling equipment (STE) as needed.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: None specified
- Response Due: March 27, 2026, at 2:00 P.M. Eastern Standard Time
- Published: March 12, 2026
- Product Service Code: 5865 - Electronic Countermeasures, Counter Countermeasures And Quick Reaction Capability Equipment
Evaluation
This is a market research tool to determine potential and eligible small and/or other than small business firms capable of providing the described supplies. The information gathered will inform the method of acquisition and the issuance of a future Request for Proposal. This is not a request for proposal, and the government is not obligated to award a contract.
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, bullet format). The package must demonstrate the firm's ability to provide the required supplies/services. Submissions must include:
- Company Name
- Company Address
- Company CAGE Code
- Company Business Size
- Point of Contact (name, phone number, email address) Statements should be emailed to shannon.r.buckalew.civ@us.navy.mil. Questions can also be directed to this email.