Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 25, 2026 SAM #8826
SOLICITATION NOTICE

58 -- Development, Delivery, and Sustainment of the Avionics Acoustic Operational Flight Program (AOFP) (PMA-264)

Notice Date
1/23/2026 4:27:46 AM
 
Notice Type
Solicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N0001925RFPREQAPM2640371
 
Response Due
2/2/2026 1:00:00 PM
 
Archive Date
02/17/2026
 
Point of Contact
Donna Baumgardner, Samantha Lysaght
 
E-Mail Address
donna.c.baumgardner.civ@us.navy.mil, samantha.l.lysaght.civ@us.navy.mil
(donna.c.baumgardner.civ@us.navy.mil, samantha.l.lysaght.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Naval Air Systems Command (NAVAIR) Patuxent River, MD, intends to issue a Cost-Plus Fixed Fee (CPFF) contract to The Boeing Company, 14441 Astronautics Ln., Huntington Beach, CA, 92647-2080 on an other than full and open competition basis for the development, delivery, and sustainment of the Acoustic Operational Flight Program (AOFP). NAVAIR intends to procure critical software development, integration, and sustainment services necessary to maintain and enhance the acoustic capabilities of the P-8A Maritime Patrol and Reconnaissance (MPRA), MH-60R, and MV-22, MQ-9 and other aircraft. This includes the performance of engineering and technical tasking; capability development and sustainment activities for the existing upgrades of software/hardware and improvements of AOFP, research and development in support of new capabilities with the P-8A and other platforms; and correction of deficiency (COD) tasking, Capability Defect Package (CDP) tasking, as well as P-8A Increment 3 (INC3) Acoustics (I3A) Integration and Test (I&T) support. Regarding the addition of new capabilities into the AOFP, this includes the next generation of Anti-Submarine Warfare system advances, Undersea Advantage (USA) Block 1 (B1) and COD fixes and improvements for Net Ready Acoustic Architecture Migration (NRAAM) and Multistatic Active Coherent-Enhancements (MAC-E) and Capability Defect Packages. The anticipated period of performance for this action is five (5) years. The authority permitting other than full and open competition is provided in 10 U.S.C. 3204 (a)(1), Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements. The Boeing Company is the Original Equipment Manufacturer (OEM) of the AOFP, and is the only vendor with the technical expertise, access to specialized facilities and requisite knowledge, experience and technical data that can meet the requirements. This synopsis is published for information purposes. THIS NOTICE IS NOT A REQUEST FOR PROPOSAL (RFP). This Pre-Solicitation Notice does not constitute a solicitation and shall not be construed as a commitment by the Government. The Government is under no obligation to award a contract as a result of this notice. Interested vendors are encouraged to submit a response to this Pre-Solicitation Notice in writing that contains information that may be used by the Government to determine whether or not to conduct a competitive procurement. A determination by the Government not to open this requirement to competition based upon response(s) to this notice is solely within the discretion of the Government. Responses must be received within 15 days of publication of this Pre-Solicitation Notice. Vendors interested in subcontracting opportunities should contact Toni Hall, at toni.b.hall@boeing.com, The Boeing Company (Boeing), 14441 Astronautics Ln., Huntington Beach, CA, 92647-2080. The Government is not obligated to and will not pay for any information received from interested vendors as a result of this Pre-Solicitation Notice. This information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. No telephone responses will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/daa1b57fa25a48da9872a0165c8d0637/view)
 
Place of Performance
Address: Huntington Beach, CA, USA
Country: USA
 
Record
SN07695745-F 20260125/260123230039 (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.