Large Aircraft Infra-Red Counter Measures (LAIRCM) System Upgrades
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), through PEO Assault (A) Maritime Patrol and Reconnaissance Aircraft Program Office (PMA-290), is conducting market research via a Sources Sought / Request for Information (RFI) for Large Aircraft Infra-Red Counter Measures (LAIRCM) System Upgrades. This RFI seeks industry capabilities to design, develop, integrate, test, and deliver a software solution for the Configurable Log Reader (CLR) compatible with the P-8A Poseidon LAIRCM system. This is for informational purposes only; the Government is not obligated to award a contract. Responses are due March 11, 2026.
Scope of Interest
NAVAIR is interested in the feasibility of performing tasks related to the design, development, manufacture, and delivery of CLR and associated software/firmware to support the existing LAIRCM system and P-8A aircraft deliveries. Northrop Grumman is noted as the original designer, developer, and manufacturer of the CLR and LAIRCM system.
Submission Requirements
Interested parties should submit a Capability Statement (maximum 20 pages) addressing:
- Company Profile: Small/Large business status, number of employees, annual revenue, office location(s), DUNS, CAGE Code.
- Execution: Technical approach for meeting schedule and performance requirements; small businesses must describe plans to perform at least 50% of the work.
- Experience: Relevant technical and management experience (past 5 years), including previous contracts (last 3 years).
- Personnel: Names, qualifications, and experience of key personnel.
- Facilities: Availability and description of facilities and equipment.
- Security: Description of facility and personnel security for handling classified information.
- Other: Any pertinent information enhancing consideration.
Submissions must be sent electronically via email in Microsoft Word or PDF format, clearly marked as "Controlled Unclassified Information, Releasable to Government Agencies for Evaluation Purposes Only." Adherence to International Traffic and Arms Regulations (ITAR) is required for foreign concerns or team members.
Contract & Timeline
- Type: Sources Sought / Market Research (Presolicitation)
- Set-Aside: None specified
- Response Due: March 11, 2026, by 03:59 AM EST
- Published: March 5, 2026
- Anticipated Award: Fourth Quarter, Government Fiscal Year 2026
- Deliveries: FY27
- Potential Place of Performance: Rolling Meadows, IL, United States
Contact Information
Capability Statements should be emailed to Maria Donnelly (maria.a.donnelly2.civ@us.navy.mil) and Brittney Davis (brittney.f.davis.civ@us.navy.mil).