SOLICITATION NOTICE
58 -- Joint Tactical Terminal � Transceiver (JTT-X)
- Notice Date
- 11/20/2025 5:33:54 AM
- Notice Type
- Presolicitation
- 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
- N00019-24-RFPREQ-TPM265-0977
- Response Due
- 3/25/2026 8:59:00 PM
- Archive Date
- 03/25/2026
- Point of Contact
- Ryan Lysaght, Jessica Myers
- E-Mail Address
-
ryan.c.lysaght.civ@us.navy.mil, jessica.v.myers.civ@us.navy.mil
(ryan.c.lysaght.civ@us.navy.mil, jessica.v.myers.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- The Naval Air Systems Command (NAVAIR), specifically the F/A-18 and EA-18G Program Office (PMA-265) located at Patuxent River, MD, plans to release a full and open competitive solicitation for the procurement of Joint Tactical Terminal � Transceiver (JTT-X) production units and aircraft integration support. The JTT-X Software Defined Radio (SDR) shall have an internal High Assurance Internet Protocol Encryptor (HAIPE) solution. The anticipated contract, a base and four (4) option years, will encompass the production, aircraft integration support, and associated data for an estimated quantity of 4 demonstration units, 55 JTT-X units, followed by four (4) production lots of approximately 100 units each, totaling 455 JTT-X units. The anticipated contract award date is fourth quarter Fiscal Year 2026 (Q4FY26). This synopsis is published for informational purposes only. Leonardo DRS Advanced ISR, LLC, located in Beavercreek, Ohio, postal code 45431, the original equipment manufacturer for the Joint Tactical Terminal Receiver (JTT-R) is currently on contract for the development of a SDR, which may contribute to the JTT-X. However, based on the results of the market research conducted through a Sources Sought notice #N00019-24-RFPREQ-TPM265-0977, this procurement will proceed as a full and open competition. The NAVAIR Office of Small Business Programs has concurred with this determination. This solicitation will have the following prerequisites to participate: Offerors final assembly facility shall have a current COMSEC facility clearance. Offerors HAIPE solution must have a current NSA certification, or be in the process of NSA certification. Offerors shall provide NSA configuration designation of their HAIPE solution (KGV-XX, KOV-XX, etc.). The Government anticipates releasing a draft Request For Proposal (RFP) on or about the first quarter of Fiscal Year 2026 (Q1FY26). The Government anticipates releasing the formal solicitation on or about the second quarter of Fiscal Year 2026 (Q2FY26). Comprehensive details pertaining to this procurement will be provided within the solicitation document upon its official release. A technical library will be established to provide access to relevant documents, including future instructions regarding access procedures. The technical library access request form is located within the attachments section of this synopsis for early vetting of the technical library. The Government intends to release a draft solicitation for review and comment ahead of the formal solicitation. Interested parties are advised to continue monitoring SAM.gov for updates. This notice is solely for informational purposes and does not constitute a RFP. The Government makes no commitment, express or implied, to issue a solicitation, award a contract, or assume responsibility for any costs or expenses incurred by interested parties in anticipation of a contract award for the effort described herein.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/28ff687d590b4e7ea12d6fbeb23338b8/view)
- Place of Performance
- Address: Patuxent River, MD, USA
- Country: USA
- Country: USA
- Record
- SN07648184-F 20251122/251120230040 (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 |