Large Aircraft Infra-Red Counter Measures (LAIRCM) System Upgrades

SOL #: N00019-26-RFPREQ-APM290-0653Pre-Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL AIR SYSTEMS COMMAND
PATUXENT RIVER, MD, 20670-5000, United States

Place of Performance

Rolling Meadows, IL

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Miscellaneous Aircraft Accessories And Components (1680)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 5, 2026
2
Last Updated
Mar 5, 2026
3
Response Deadline
Mar 11, 2026, 3:59 AM

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).

People

Points of Contact

Maria DonnellySECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Sources Sought
Posted: Mar 5, 2026
View
Version 1Viewing
Pre-Solicitation
Posted: Mar 5, 2026
Large Aircraft Infra-Red Counter Measures (LAIRCM) System Upgrades | GovScope