Opportunity
SAM #N6893626RFPREQD0AH100E0AH1000235
Support and Maintenance for Textron A2PATS Electronic Warfare Simulator at NAWCWD
Buyer
Naval Air Warfare Center
Posted
March 26, 2026
Respond By
April 17, 2026
Identifier
N6893626RFPREQD0AH100E0AH1000235
NAICS
334511, 336419, 336413, 334515, 541330
This opportunity seeks qualified vendors to support the Navy's Electronic Warfare Systems Integration Test Environment (EW SITE) at NAWCWD Point Mugu, focusing on the proprietary Textron Systems A2PATS platform. - Government Buyer: - Naval Air Warfare Center Weapons Division (NAWCWD), Department of the Navy - Location: Point Mugu, California - OEM Highlight: - Textron Systems is the sole OEM for the A2PATS system - Products/Services Requested: - Comprehensive support for the Advanced Architecture Phase, Amplitude and Time Simulator (A2PATS) - Includes system upgrades, maintenance, repair, and replacement parts - Supports EW SITE labs for Navy aviation programs (EA-6B, EA-18G, F/A-18, MH-60, E-2C, P-8A, F-35) - Unique/Notable Requirements: - Respondents must have authorized access to Textron's proprietary technical data, diagnostic software, hardware, and supply chain - Work must be performed within secure NAWCWD laboratories - Personnel must hold appropriate security clearances and comply with DoD/Navy security protocols - Contractors must be certified through Defense Logistics Information Services (DLIS) for Controlled Unclassified Information (CUI) access - Coordination with CAGE code Data Custodian for access approval is required
Description
1.0 DESCRIPTION
1.1 The Naval Air Warfare Center Weapons Division (NAWCWD) is soliciting capability statements from sources qualified to provide comprehensive support for the Advanced Architecture Phase, Amplitude and Time Simulator (A2PATS), a proprietary system developed by Textron Systems. This support is crucial for the operational readiness of the Electronic Warfare Systems Integration Test Environment (EW SITE), which serves multiple labs and key naval aviation programs including EA-6B, EA-18G, F/A-18, MH- 60, E-2C, P-8A and F-35).
1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not seeking proposals and will not accept unsolicited proposals. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to the RFI will be solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Beta Sam website. It is the responsibility of the potential offerors to monitor the site for additional information pertaining to this requirement.
2.0 BACKGROUND
2.1 The requested work is expected to occur at the Naval Air Warfare Center Weapons Division (NAWCWD), Point Mugu, California.
2.2 Delivery Period: To be determined at time of contract award
2.3 Limitations: All work must be completed in accordance with Advanced Architecture
Phase Amplitude and Time Simulator (A2PATS) System.
3.0 REQUESTED INFORMATION
3.1 Capability to perform incidental services for on-call and on-site maintenance for the A2PATS System
3.2 Provide repair and system upgrades, including replacement parts for existing and newly acquired
A2PATS systems
4.0 RESPONSES
4.1 Given that the A2PATS is a proprietary Textron System, any response should place significant emphasis on the following points:
4.1.1 Authorization and Access: Clearly articulate the ability to work on a proprietary system. This includes demonstrating authorized access to Textron's technical data, diagnostic software, proprietary hardware, and a reliable supply chain for authentic replacement parts.
4.1.2 Partnership Status: If not Textron itself, the responding entity must specify its relationship with the OEM (e.g., authorized service partner, licensed reseller, official subcontractor).
4.1.3 Relevant Experience: Capability statements must go beyond general maintenance experience. They should cite specific, verifiable experience in maintaining, repairing, and upgrading the Textron A2PATS or similar complex, proprietary EW test and simulation systems for DoD clients.
4.1.4 Security and Compliance: Highlight the company's ability to operate within the secure confines of NAWCWD's advanced laboratories, including appropriate personnel clearances and adherence to DoD/Navy security protocols.
4.2 Business type (large, small, small disadvantaged, 8(a)-certified small disadvantaged, HUBZone small, woman-owned small, or veteran-owned small business) based on North American Industry Classification (NAICS) code 333923, Title.
5.0 QUESTIONS
Questions regarding this announcement shall be submitted in writing by email to: Tabitha.m.weaver3.civ@us.navy.mil. Verbal questions will NOT be accepted. Questions will be answered by posting answers to the Beta Sam website; accordingly, questions shall NOT contain proprietary or classified information.
Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information (CUI) or Export Controlled Information. Access to CUI is limited, to a single point of contact (POC) per CAGE code, who is listed as the Data Custodian on the DD 2345 and approved by Defense Logistics Agency (DLA). The DD 2345 must be approved prior to requesting access to CUI in SAM.gov. Contractors are responsible for coordinating with their CAGE code’s Data Custodian POC to request access to CUI. For additional information, visit the DLA website for the Joint Certification Program: https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/.