Opportunity
SAM #N00019-25-RFPREQ-TPM272-0248
NAVAIR seeks ALE-55 subsystem repair, field services, and hardware production for FY27-FY29
Buyer
Naval Air Systems Command
Posted
April 08, 2026
Respond By
April 23, 2026
Identifier
N00019-25-RFPREQ-TPM272-0248
NAICS
334511, 336419, 336413
The Naval Air Systems Command (NAVAIR) is seeking sources for a contract to support the AN/ALE-55 Subsystem, a critical electronic countermeasure system for military aircraft. - Government Buyer: - Naval Air Systems Command (NAVAIR), headquartered at Patuxent River, MD - OEMs and Vendors: - AN/ALE-55 Subsystem and components (no specific commercial manufacturer named) - Products/Services Requested: - Repair and field services for the AN/ALE-55 Subsystem - Includes T-1622/ALE-55 (V) Fiber Optic Towed Decoy (FOTD) Rounds - Includes CV-4334/ALE-55 (V) and CV-4334A/ALE-55 (V) Electronic Frequency Converters (EFC) - Production and delivery of AN/ALE-55 hardware and support equipment - Engineering and technical support - Financial data reporting - Aircraft integration support - Unique or Notable Requirements: - Handling of classified information - Familiarity with advanced electronic countermeasure technology - Authorized access to technical data - Anticipated contract type: Cost Plus Fixed Fee - Period of performance: Base year plus two option years (FY27-FY29) - Place of Performance: - Nashua, New Hampshire
Description
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 TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
INTRODUCTION: The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its intention to award a contract for ALE-55 Repair and Field Services for FY 2027. This contract is associated with the Technical and Field support, and repair of the T-1622/ALE-55 (V) Fiber Optic Towed Decoy (FOTD) Rounds, CV-4334/ALE-55 (V) and CV-4334A/ALE-55 (V) Electronic Frequency Converter (EFC), hereinafter referred to as the ALE-55 Subsystem.
THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible businesses capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice.
ELIGIBILITY: The Product/Service Code (PSC) most appropriate for this contract 5865 – Electronic Countermeasures, Counter-Countermeasures and Quick Reaction Capability Equipment.
ANTICIPATED PERIOD OF PERFORMANCE: This contract is planned to contain a base year with two option years, and is intended to satisfy Government requirements for FY 27 through FY29. The anticipated award date is February 2027.
ANTICIPATED CONTRACT TYPE: The contract type is anticipated to be Cost Plus Fixed Fee.
PROGRAM BACKGROUND: The AN/ALE-55 Subsystem consists of an off-board Fiber Optic Towed Decoy (FOTD) and on-board Electronic Frequency Converter (EFC). The FOTD is a high-powered electronic off-board countermeasure and self-protection jammer that provides aircrafts with Radio Frequency (RF) self-protection jammer from missile threats. The EFC converts RF signals sent from the aircraft’s electronic warfare system to the FOTD.
REQUIRED CAPABILITIES
Requirements include familiarity and understanding of the AN/ALE-55 Subsystem advanced technology to improve aircraft/aircrew survivability and aircrew situational awareness. Hardware tasking includes production and delivery of AN/ALE-55 hardware and support equipment; engineering and technical support; and financial data reporting. Manufacturing and repair knowledge, technology, infrastructure, capacity, and technical data are required for timely fulfillment of hardware and repair requirements for new deliverables or repair and support of Government-owned end items. Aircraft integration support includes supporting the user interface, aircraft hardware installation troubleshooting and technical support, as well as test and evaluation analysis and support. Handling and use of classified information is required.
Interested businesses shall demonstrate 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 the necessary technical data, and that it will be maintained throughout the duration of the effort being solicited. Interested businesses shall demonstrate the capability to meet the Government’s required timelines. You may also submit information that demonstrates how you could potentially meet these requirements for future opportunities.
INCUMBENT: This is a follow-on requirement. The incumbent contractor is: BAE Systems, 65 Spit Brook Rd, Nashua, NH 03060-6909.
SUBMISSION DETAILS: Interested businesses shall submit a brief capabilities statement package (no more than ten (10) 8.5 x 11 inch pages, font no smaller than 12 point, 1.5 line spaced), in bullet point format, demonstrating their ability to perform the services described herein no later than 23 April 2026. The capability statement packages shall be sent by email to jeda.m.yurko.civ@us.navy.mil. Submissions must be received at the office and/or email cited no later than 3:30 p.m. Eastern Standard Time on the dates listed above. Questions or comments regarding this notice may be addressed to Jeda Yurko at the above email address. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number and email address.