Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 23, 2026 SAM #8824
SOURCES SOUGHT

58 -- Market Research for Support of the Low Probability of Intercept Altimeter (LPIA) System

Notice Date
1/21/2026 11:51:31 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
N00421-26-RFPREQ-TPM209-0203
 
Response Due
2/5/2026 1:00:00 PM
 
Archive Date
02/20/2026
 
Point of Contact
Mackenzie Buscher
 
E-Mail Address
mackenzie.j.buscher.civ@us.navy.mil
(mackenzie.j.buscher.civ@us.navy.mil)
 
Description
1.0 Introduction and Purpose This is a Sources Sought notice for market research purposes only. This is not a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information from qualified and interested parties regarding their capabilities to provide comprehensive support for the Low Probability of Intercept Altimeter (LPIA) program. The Government will not reimburse respondents for any costs incurred in responding to this notice. The purpose of this notice is to identify potential sources capable of providing the required support for the LPIA systems, including the RT-1805/APN-02, RT-1805/APN-04, RT-1805/APN-05 units and associated software. The Government is anticipating this contract to be Basic Ordering Agreement (BOA). The Government awarded a previous C-type contract to BAE Systems. The incumbent contract information is as follows. Contractor: BAE Systems Contract Number: N00421-24-C-0052 Contract End Date: May 2026 Contract Type: Firm Fixed Price (FFP)/Cost Plus Fixed Fee (CPFF) Contract The LPIA is a radar altimeter used across multiple military services that utilizes a frequency-hopped, spread-spectrum waveform to reduce its probability of being detected. This advanced processing allows for high accuracy and resistance to jamming. 2.0 Scope of Work The Government is seeking sources capable of performing the following efforts to support the LPIA system and its associated software. The scope of work includes, but is not limited to: a. Engineering and Technical Support: Provide ongoing engineering and technical assistance for the LPIA family of systems. b. Deficiency Correction: Identify, analyze, and correct any hardware or software deficiencies discovered in the LPIA units. c. Test and Integration Support: Support the testing and integration of LPIA systems onto various platforms and with other avionics. d. Procurement of Spare/Repair Parts: Source and procure necessary spare and repair parts to maintain operational readiness. e. Studies and Investigations: Conduct studies including, but not limited to: Identification of obsolete components and parts within the LPIA systems. Validation and verification of contractor-implemented deficiency corrections. f. Re-design of Obsolete Components/Parts: Execute the re-design, testing, and qualification of components and parts identified as obsolete to ensure continued system viability. g. Technical Documentation: Develop, update, and maintain all technical documentation associated with the LPIA systems, including manuals, schematics, and test procedures. h. Acquisition Logistics Support (ALS): Perform supportability analysis and provide resulting ALS data. i. Technical Data Updates: Manage and implement updates to the technical data package for the LPIA systems. j. Software and Software Licenses: Provide software updates, patches, and manage software licenses for the operational flight programs and support equipment. 3.0 Required Capabilities and Experience Interested parties should demonstrate experience, knowledge, and capabilities in the following areas: Proven experience with radar altimeters, particularly those with Low Probability of Intercept (LPI) characteristics. Demonstrated capability in managing obsolescence, including component redesign and re-qualification. Experience in providing lifecycle logistics, engineering, and technical support for complex avionics systems. A robust supply chain management system for procuring authentic and reliable electronic components. Experience with military aviation software, including development, testing, and licensing. 4.0 Submission Requirements Interested businesses are requested to submit a capabilities statement. The statement shall be limited to a maximum of 10 pages and should include the following information: Company Information: Company Name and Address Unique Entity ID (UEI) and CAGE Code Point of Contact (Name, Title, Phone, and Email) Business Size/Status: Indicate your business size under the specified NAICS code 334511. Specify any socioeconomic status, such as Small Business, 8(a), Woman-Owned Small Business (WOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), or HUBZone. Capabilities Statement: A detailed description of your company�s ability to perform each of the tasks listed in the Scope of Work (Section 2.0). A summary of relevant past performance on contracts of similar size and scope with government or commercial entities. Please include contract numbers, customer points of contact, and a brief description of the work performed. A description of your company's facilities, personnel, and quality assurance processes. 5.0 Submission Instructions Please submit your capability statement via email to Mackenzie Buscher at mackenzie.j.buscher.civ@us.navy.mil no later than 4:00pm on 5 February, 2026. Please use the subject line: ""Response to Sources Sought for LPIA Support"". 6.0 Disclaimer This Sources Sought is for market research and planning purposes only and does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This notice does not commit the Government to contract for any supply or service whatsoever. The Government will not award a contract on the basis of this notice or pay for any information or administrative costs incurred in response to it. All information received in response to this notice that is marked as proprietary will be handled accordingly.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a7a24dcbdb19469cb2c062553f17c7d4/view)
 
Place of Performance
Address: Wayne, USA
Country: USA
 
Record
SN07692950-F 20260123/260121230037 (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!  © 1994-2026, Loren Data Corp.