Joint Precision Approach and Landing System
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 CENTER AIR DIV (NAWCAD) WOLF Air Traffic Control and Landing Systems (ATC&LS) Division is conducting market research (Sources Sought) to identify qualified sources capable of providing comprehensive sustainment support for the Joint Precision Approach and Landing System (JPALS). This is for informational purposes only and is not a Request for Proposal. The government anticipates a sole source C-Type contract to Collins Aerospace Government Systems, the Original Equipment Manufacturer (OEM), but is seeking industry capabilities to inform its acquisition strategy. Responses are due by May 8, 2026.
Scope of Work
The requirement is for depot function and capability support, hardware support (including repair, Tear-down, Test, and Evaluate - TT&E), maintenance support, Software Sustainment Activity (SSA) support, In-Service Engineering Activity (ISEA) support, installation and integration support, Program Management Review (PMR) support, guidance quality model support, and Verification, Validation, and Accreditation (VV&A) support. This effort ensures the operability and maintainability of Navy ATC&LS equipment, specifically JPALS, through 2040. Key components include Amplifier, High Power; SHIP GPS SENSOR UNIT; INTERFACE UNIT, DATALINK; UHF ANTENNA; and ARC-210 RT-1939(C).
Required Capabilities
Contractors must demonstrate the ability to:
- Provide services for the listed JPALS products.
- Establish and manage a depot function for repair, maintenance, and storage of components.
- Provide software sustainment support, including identification and resolution of deficiencies.
- Demonstrate technical expertise for software and hardware solutions for system upgrades, Engineering Change Proposals (ECPs), and obsolescence.
- Demonstrate engineering knowledge for Guidance Quality support for JPALS Airborne algorithms.
- Demonstrate proficiency in supporting VV&A for all JPALS related Modeling and Simulation (M&S) components.
Contract & Timeline
- Type: Sources Sought / Market Research (anticipated sole source C-Type contract)
- NAICS: 541330, Exception A - Military and Aerospace Equipment and Military Weapons
- PSC: J017 - Maintenance, Repair And Rebuilding Of Equipment: Aircraft Launching, Landing, And Ground Handling Equipment
- Set-Aside: None specified (market research stage)
- Response Due: May 8, 2026, 8:00 PM EDT
- Published: April 23, 2026
- Anticipated Award: March 2027
Place of Performance
Work will primarily be performed at the contractor's site, with potential travel to CONUS and OCONUS locations including Fullerton, CA; San Diego, CA; Patuxent River, MD; Norfolk, VA; Italy; Japan; South Korea; and the United Kingdom. The primary government office is in Saint Inigoes, MD.
Special Requirements
- Security: U.S. citizenship, favorably adjudicated Tier-3 investigation, Secret DoD Security Clearance (or Interim within 60 days), compliance with NISPOM, CUI, and DD Form 254.
- IT Environment: Compatibility with Microsoft Windows 11+, Project 2016/365+, Office 2016/365+, Adobe Reader, internet access, and Flank Speed capability.
- Facilities: At least 1,800 sq ft of industrial space with HVAC for storage, assembly, and testing.
- Personnel: Capable of real-time voice/data communications with NAWCAD WOLF ATC&LS Division; valid U.S. passports for OCONUS travel.
- Cybersecurity: Program Cybersecurity Implementation Plan (CSIP) or Annex CSIP, and a Cybersecurity System/Software Assurance Report if systems/software are delivered.
Submission Details
Interested vendors should submit a capabilities statement (max 4 pages, 10-point font) addressing the required capabilities. Include Company Name, CAGE Code, Address, Business Size, and Points-of-Contact (POCs) with name, phone, fax, and mailing address. Submit electronically to Melissa Pohler at melissa.a.pohler.civ@us.navy.mil.