Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 16, 2025 SAM #8756
SOURCES SOUGHT

17 -- Advanced Arresting Gear (AAG) Development Engineering Change Proposal (ECP)-I-AAG-0135 Fourth Engine Low-Cost Alternative Using Super Capacitor Hardware (FLASH) Engine Room Isolation Non-Recurring Engineering (NRE)

Notice Date
11/14/2025 9:20:40 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-26-RFPREQ-TPM251-0196
 
Response Due
11/28/2025 1:00:00 PM
 
Archive Date
12/13/2025
 
Point of Contact
Jacob Halowell, Margo O'Rear
 
E-Mail Address
jacob.a.halowell.civ@us.navy.mil, margo.b.orear.civ@us.navy.mil
(jacob.a.halowell.civ@us.navy.mil, margo.b.orear.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Introduction: This Sources Sought Notice is being posted to satisfy the requirement of Federal Acquisition Regulation (FAR) 15.201(e) and Defense Federal Acquisition Regulation Supplement (DFARS) PGI 206.302-1. The Naval Air Systems Command (NAVAIR) is seeking eligible business firms who can develop and implement an Engineering Change Proposal (ECP) provide a Ford Class capability to quickly and safely electronically isolate individual Advanced Arresting Gear (AAG) hardware to enable AAG maintenance and repair efforts while concurrently conducting fixed wing flight operations or while maintaining a Ready Alert posture; develop and field an alternative to force retrofit the fourth engine Energy Absorption Subsystem (EAS) on all Ford Class CVNs (also referred to as Engine Room Isolation (ERI)); formally document and baseline the ECP under the AAG configuration; facilitate needed Non-Recurring Engineering (NRE), procedure validation/verification and software/hardware testing and documentation associated with the ECP. The efforts will entail all required NRE which includes analysis, design, prototyping, and integration testing of an upgraded DC Bus configuration in order to successfully retrofit the current system to accommodate electrical isolation of the engine rooms. The NRE phase is planned to start in FY26 and go through FY28. The planned contract award date is March 2026 to initiate the design, protype, and test schedule prior to procuring kits for CVN 78 and CVN 79 in FY28 in order to be ready for installation on the CVN 78, CVN 79, and CVN 80 by FY30. Completion of this ECP�s goals require extensive hardware and software testing knowledge of AAG systems and models to include Power System Analysis, Port Motor Vector Control Analysis, Starboard Motor Vector Control Analysis, Thermal Management, Environmental Qualification Testing, Shipboard Aircraft Compatibility Testing, and Spin Testing. The Contractor shall have the ability to utilize cell voltage monitoring to design the Energy Storage Capacitor Banks (ESCB) and capacitor string to required fault tolerances. This effort will also require the Contractor to develop and deliver to the Government the design�s technical data package and update existing supporting logistics documentation needed to manufacture the retrofit of EAS and to provide sustainment support after the ECP�s fielding. The Contractor shall be capable of making software code changes to the existing Power Conditioning Subsystem (PCS), Dynamic Control Subsystem (DCS), and Workstation Management Subsystem (WMS) Computer Software Configuration Items (CSCIs) to facilitate ERI requirements as well as extensive efforts to verify the efficacy of software changes and ensure full capability of the re-architecture. The Contractor shall develop and deliver to the Government detailed PCS, DCS, and WMS software/firmware documentation needed to formally establish the re-architected software/firmware as a formal CSCI. This documentation will serve to enable the AAG Program to better manage software/firmware future modifications and overall configuration management. NAVAIR expects to receive from each respondent a full response with capability summary in accordance with �Capability Package Submittal Information and Instructions� within this sources sought notice which contains a detailed description that clearly demonstrates that your company currently possesses or has authorized access to the necessary technical data, or has a viable plan to obtain, generate, or otherwise secure authorized access to the necessary technical data, and that it will be maintained throughout the duration of the effort being solicited. Background: The shared nature of the current AAG PCS does not allow Fleet operators/maintainers to conduct fixed-wing flight and/or alert operations while simultaneously performing maintenance on any component located inside an engine room. A high-power ERI capability is required for the Fleet to be able to easily, safely, and rapidly isolate all high-power electronic components in one or more engine rooms which will result in significantly increased system availability and overall safety. Additionally, improvements in energy storage and delivery technology may enable fully independent engine operation which would facilitate improved �Blue Water� (e.g. CVN flight operations with no shore-based divert airfield available) safety along with the option of removing the remaining PCS equipment from engine room four, thereby allowing this large space to be repurposed. Eligibility: The applicable NAICS code for this requirement is 336413, Other Aircraft Part and Auxiliary Equipment Manufacturing, with a Small Business Size Standard of 1,250 employees. The Product Service Code (PSC) is 1710 - Aircraft Landing Equipment. The results of this Sources Sought Notice will also be used to determine if any Small Business Set-Aside opportunities exist. In addition, this market research tool is being used to identify potential and eligible firms of all sizes, prior to determining the method of acquisition. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Note: FAR 52.219-14 Limitation on Subcontracting requires a small business prime on a Set-Aside to perform at least 50% of the cost of contract performance. Small business primes may now count �first tier subcontracted� work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2020-O0008 dated 04/03/20 at https://www.acquisition.gov/browse/index/far). To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize �similarly situated entities� to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in the response to this notice to assist the Government�s capability determination. Disclaimer: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT IS STRICTLY VOLUNTARY. Capability Package Submittal Information and Instructions: Responsible parties may identify their interest by responding to the requirement with a capability statement (no more than 10 pages in length). If ALL requirements listed below are not addressed and clearly demonstrated in the response, the respondent will be deemed incapable: Demonstrate how the interested vendor has possession or authorized access to the necessary technical data, or a viable plan to obtain, generate or otherwise secure authorized access to the necessary technical data, and how it will be maintained throughout the duration of the effort Demonstrate how the interested vendor will develop, prototype, and perform all necessary testing, except for site testing, for an AAG ERI that improves the performance and reliability of the assembly Demonstrate how the interested vendor will develop and produce updated technical data and drawings for the ECP identified within this Sources Sought and incorporate updated logistics products into the existing Logistics Product Database and Interactive Electronic Technical Manual(s) Describe the following: Experience with Electrical Isolation System design, film and super capacitors, and capacitor string design Experience with the development, implementation, updating, managing, and maintenance of an Integrated Master Schedule (IMS) for the AAG development (NRE Phase) showing total program activities for the prime contractor and major subcontractors Must establish and maintain a System Safety Program (SSP) in accordance with MIL-STD-882 to support achievement of overall system safety objectives Shall perform and document a System Safety Hazard Analyses (SSHA) and Operating Support Hazard Analyses (O&SHA) to identify potential EMALS Electrical Isolation system hazards and causal factors associated with shipboard recovery, operations, and maintenance. Contractor shall provide a Cybersecurity Strategy Implementation Plan (CSIP) The contractor shall execute all performance and system analysis models and conduct unit testing, prototype testing, and design verification to ensure capability of ERI. Knowledge of current AAG PCS design and ability to redesign with next-gen Film or Super Capacitors Experience with Mersen Switches and their role in design for electrical isolation No phone inquiries will be entertained. Responses shall be made in writing by e-mail to the attention of the listed points of contacts using the contact information provided. Interested parties are requested to submit their capability statement along with their company name, address, and any comments or questions to Jacob Halowell, Jacob.a.halowell.civ@us.navy.mil by 4:00 PM (EST) on 28 November 2025. Late responses submitted past the day and time may not be considered. Classified material shall not be submitted. All submissions should include this Sources Sought Notice Reference Number, company name, company address, CAGE code, UEI number, and a point-of-contact who is able to discuss the Capability Statement submitted. Point-of-contact information should include name, position, phone number, and email address. The Government will acknowledge receipt of the response. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. All submissions should be clearly marked IAW DoDI 5200.48, Controlled Unclassified Information (CUI). Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. All information received in response to this Notice that is marked proprietary will be handled accordingly. Information submitted in response to this Notice is submitted at no cost to the Government and will not be returned. The Government is under no obligation to provide responses or comments to information received from interested persons but may request additional information following review. Note: If the interested person is a foreign concern or if a U.S. interested person has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e41122afa2e94bac8aced12a91653afc/view)
 
Place of Performance
Address: San Diego, CA, USA
Country: USA
 
Record
SN07642811-F 20251116/251114230040 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.