Combined Sources Sought/Sole Source Synopsis for NAWCAD Raytheon ATNAVICS BOA TO

SOL #: N00421-26-RFPREQ-TW00000-0566Special NoticeSole Source

Overview

Buyer

DEPT OF DEFENSE

Place of Performance

Saint Inigoes, MD

NAICS

Engineering Services (541330)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Aircraft Launching, Landing, And Ground Handling Equipment (J017)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 28, 2026
2
Last Updated
Jan 29, 2026
3
Action Date
Feb 13, 2026, 7:00 PM

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 Aircraft Division (NAWCAD WOLF) intends to award a 60-month follow-on Basic Ordering Agreement (BOA) Task Order to Raytheon Corporation (RTX) for restoration services supporting the Air Traffic Navigation, Integration, and Coordination System (ATNAVICS). This is a sole source intent due to Raytheon being the Original Equipment Manufacturer (OEM) and possessing exclusive data rights. The Government is seeking capability statements from other interested parties to determine if competition is feasible.

Scope of Work

The requirement is for restoration, maintenance, and fleet support for the AN/TPN-31(V)7 and AN/TPN-31(V)11 ATNAVICS. Services include:

  • Restoration: Fault isolation, assembly, disassembly, fabrication, modification, repair, replacement, refurbishment, installation, testing, upgrading, and parts procurement.
  • Field Service Support: Operation, refurbishment, overhaul, maintenance, analysis, repair, and logistics.
  • Technical Support: Maintenance, repair, modernization, and modification.
  • Failure Analysis: Identifying, tracking, and analyzing equipment failures.
  • Program and OEM Support: Programmatic assistance, meeting participation, and estimates.
  • Engineering Change Proposal (ECP) Support: Analysis and recommendations for SOW changes and technical analysis.

Contract & Timeline

  • Type: Intent to award a Sole Source BOA Task Order (Special Notice / Sources Sought)
  • Duration: 60 months
  • Set-Aside: None specified
  • Capability Statement Due: February 13, 2026, by 7:00 PM ET
  • Published: January 29, 2026
  • Place of Performance: Approximately 100% at the contractor's site, with potential travel to Largo, FL; Patuxent River, MD; and Marlborough, MA.

Special Requirements

Contractor personnel require U.S. citizenship (unless waived) and a favorably adjudicated Tier-3 investigation. Facilities must support Secret-level meetings with VTC capability. Compliance with Government IT environments (Windows 11, Office 2016) and various reporting requirements (CDRLs) is mandatory.

Submission Details

Interested vendors must submit a capability statement (max 4 pages, 10pt font) demonstrating the ability to meet the requirements outlined in the Draft Performance Work Statement. Submissions must include Company Name, CAGE Code, Address, Business size, and Points of Contact. Send to Reagan Brady at reagan.m.brady.civ@us.navy.mil. Subcontracting opportunities are available via Raytheon's website.

People

Points of Contact

Jennifer LundburgSECONDARY

Files

Files

Download

Versions

Version 2Viewing
Special Notice
Posted: Jan 29, 2026
Version 1
Special Notice
Posted: Jan 28, 2026
View
Combined Sources Sought/Sole Source Synopsis for NAWCAD Raytheon ATNAVICS BOA TO | GovScope