Sources Sought for F/A-18 E/F ADVEW Flight Test Integration
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) is issuing a Sources Sought notice for F/A-18 E/F Advanced Electronic Warfare (ADVEW) Flight Test Integration, posted to satisfy DFARS PGI 206.302-1(d). This is for market research, as NAVAIR intends to negotiate a sole source modification with The Boeing Company (TBC) for Delivery Order N0001925F0085 under BOA N00019-21-G-0006. The modification will upgrade the F/A-18 E/F Electronic Warfare (EW) suite. Responses are due April 3, 2026.
Scope of Work
This effort involves upgrading the F/A-18 E/F EW suite to ADVEW, which will combine the ALR-67 Radar Warning Receiver and ALQ-214 Self-Protect Jammer into a single system. ADVEW will provide automated EW processing in an Open System Architecture, enabling both offensive and defensive capabilities. It will also support multiple sensor enhancements, including AN/APG-79 radar Wideband Receiver (WBR) upgrades for instantaneous bandwidth and integration of EW signals.
The modification will definitize a previously awarded Undefinitized Contract Action (UCA) and is anticipated to include final design, fabrication, delivery, and installation of the A-Kit design for production Block III F/A-18E and F/A-18F aircraft (with and without the Wide Band Radar System) in FY26. The contractor must utilize prior design efforts and materials purchased under the UCA. Direct knowledge of the F/A-18E/F Aircraft's design and configuration is required.
Contract & Timeline
- Type: Sources Sought (for market research only; not a request for proposal). The anticipated modification will be a Cost-Plus-Fixed-Fee (CPFF) contract.
- Incumbent: The Boeing Company (TBC)
- Anticipated Period of Performance: 36 months for the modification.
- Place of Performance: TBC in Saint Louis, MO.
- Product Service Code (PSC): 1510 (Aircraft, Fixed Wing)
- NAICS Code: 336411 (Aircraft Manufacturing)
- Response Due: April 3, 2026, by 5:00 p.m. Eastern Standard Time.
- Published: March 20, 2026.
Submission Details
Interested businesses should submit a brief capabilities statement package (maximum ten 8.5x11 inch pages, 12-point font, 1.5 spaced, bullet format). Submissions must include:
- Company Name, Address, Business Size, and Points-of-Contact (name, phone, fax, email).
- Past 3 years of relevant work, including contract number, organization supported, prime/sub status, contract value, Government POC, and a description of how the work relates to the required capabilities.
- CAGE Code, UEI number, and DUNS number.
- Specific technical capabilities and experience relevant to the outlined requirements.
Email submissions to Jennifer Moses at Jennifer.l.moses13.civ@us.navy.mil.
Additional Notes
This Sources Sought notice is for informational purposes only and does not constitute a solicitation or commitment by the Government. No funds are available for response preparation.