Opportunity
SAM #N6893627RFPREQE0AH1500001
Sole Source Engineering and Technical Services for EA-18G Growler Airborne Electronic Attack Systems
Buyer
Naval Air Warfare Center
Posted
May 15, 2026
Respond By
May 30, 2026
Identifier
N6893627RFPREQE0AH1500001
NAICS
541512, 541690, 541330, 541715
The Naval Air Warfare Center Weapons Division (NAWCWD), under the Department of the Navy at Point Mugu, California, is planning a sole source contract for advanced support of the EA-18G Growler Airborne Electronic Attack (AEA) subsystem. - Government Buyer: - Naval Air Warfare Center Weapons Division (NAWCWD), Department of the Navy - OEM Highlight: - Northrop Grumman Systems Corporation (NGSC) is the sole OEM, designer, developer, integrator, manufacturer, and supplier for the EA-18G (Growler) AEA system and the EA-6B aircraft - Products/Services Requested: - Engineering, technical, and programmatic services for the full life cycle of the EA-18G Growler AEA subsystem - Development, delivery, and sustainment of continuous capability upgrades for the AEA System Configuration Set - Includes new and modified hardware, Operational Flight Programs, firmware, and mission planning systems - Unique/Notable Requirements: - NGSC holds exclusive data rights to 31 algorithms for the ALQ-218 system - NGSC is the only source with engineering design and software development expertise for all tactical software and integration of the EA-18G AEA suite - Facility Clearance at the Top Secret level is required - No specific products, part numbers, or purchase quantities are listed in the opportunity - Place of Performance/Delivery: - Naval Air Warfare Center, China Lake, California
Description
The Naval Air Warfare Center Weapons Division (NAWCWD), Point Mugu, California (CA) intends to award a sole source contract based on FAR 6.103-1, Only One Responsible Source and no other supplies or services will satisfy agency requirements. The intended source is Northrop Grumman Systems Corporation (NGSC) to procure engineering, technical and programmatic services for the full life cycle of the EA-18G (Growler) Airborne Electronic Attack (AEA) subsystem.
This source sought synopsis is being issued to provide potential offerors the opportunity to provide capability statements with respect to the requirements described below.
The requirements will include developing, delivering, and sustaining continuous capability upgrades for the AEA System Configuration Set through the design, development, and implementation of new and modified hardware, Operational Flight Programs, firmware, and mission planning systems within Growler aircraft. NGSC is the sole designer, developer, integrator, manufacturer, and supplier for both the EA-18G (Growler) AEA system and the EA-6B aircraft. The company's unique position is solidified by capabilities unavailable from any other source, as NGSC holds the data rights to thirty-one algorithms for the ALQ-218 system within the EA-18G Growler's AEA suite. Moreover, it is the sole repository of the engineering design and software development expertise for all tactical software and the integration of the EA-18G (Growler) AEA suite aircraft. NGSC is the incumbent on the current contract N6893619D0007.
Performance of the work required under this prospective contract requires a Facility Clearance to the level of Top Secret.
Information regarding the current contract, N6893619D0007, can be requested through the Freedom of Information Act (FOIA) process. The information regarding the FOIA process is available at: http://www.navair.navy.mil/nawcwd/FOIA.
This notice of intent is not a request for competitive proposals; however, any firm believing it can fulfill the requirement identified above may submit a written response, which will be considered by the agency. The written response shall reference Notice Identifier (ID) number N68936-27-RFPREQ-E0AH150-0001 and provide a capability statement that clearly indicates the firm’s experience, assets, background and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule, no later than the response date specified in this posting via email, in either Microsoft Word.doc or Acrobat Adobe.pdf file, to Geralyn Castro at geralynmarie.p.castro.civ@us.navy.mil. The file must not exceed 10 pages with a minimum font size of 12 point. Large files (> 5MB) may not be receivable due to the Navy Marine Corps Intranet (NMCI) security. Telephone inquiries will not be accepted or acknowledged. All questions must be submitted to the email specified above with the Notice ID number in the email subject line. If the written response submission will contain Controlled Unclassified Information (CUI), interested parties must request a DoD SAFE Drop-off link via sending an e-mail request to Geralyn Castro at geralynmarie.p.castro.civ@us.navy.mil.
The results of this Sources Sought will be utilized to identify if companies can meet the agency’s requirements. In your response, please include Company Size (Small or Large business according to the NAICS and size standard listed). If your company is a Small Business, specify if your company is or is not each of the following: (a) Service-Disabled Veteran-Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business.
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR QUOTE. 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.