Justification and Approval (J&A) for adding Contractor Logistics Support (CLS) to the Fair Share Sustainment Operation (FSSO), contract.
ID: JA_Notice-W31PQ-22-C-0049-P00026Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY

NAICS

Guided Missile and Space Vehicle Manufacturing (336414)

PSC

GUIDED MISSILE WARHEADS AND EXPLOSIVE COMPONENTS (1336)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking to modify an existing contract with Raytheon Technologies to provide Contractor Logistics Support (CLS) for the HAWK Missile System. This modification, justified as a Sole Source Justification and Approval (J&A), aims to enhance support services by adding Subject Matter Experts (SMEs) to assist the United States Government in Management, Logistics, Engineering (MLE) services, and material supply. The HAWK Missile System, which has not been in the US Army inventory for 25 years, requires specialized support to maintain operational efficiency, and Raytheon Technologies is currently the only viable provider due to their unique expertise. The contract modification is set to commence on September 30, 2024, and extend until May 28, 2027, with funding sourced from Foreign Military Sales (FMS). Interested parties can reach out to Micheal Weaver at micheal.e.weaver.civ@army.mil or Dewayne Kendricks at dewayne.kendricks.civ@army.mil for further information.

    Files
    Title
    Posted
    The Army Contracting Command-Redstone Arsenal seeks approval for an Undefinitized Contract Action (UCA) modification to an existing contract with Raytheon Technologies, aimed at providing Contractor Logistics Support (CLS) for the HAWK Missile System. This effort is critical due to the anticipated lack of competition, as the HAWK system has been out of the US Army inventory for 25 years, limiting potential contractors. The contract modification will enhance support services, including technical assistance and maintenance for HAWK systems, with activities set to commence on September 30, 2024, and extend until May 28, 2027. A second Sources Sought/RFI will be issued to gauge interest from potential bidders; however, prior inquiries indicated minimal response. Market research conducted confirmed Raytheon Technologies as the only viable provider due to their unique expertise and proprietary rights. The funding will derive from Foreign Military Sales (FMS). This contract modification is essential to prevent delays in support for HAWK operations, highlighting the complex challenges of sourcing specialized military service providers in a niche market. Overall, the document underscores the importance of maintaining operational efficiency and technical support for legacy defense systems.
    Similar Opportunities
    Overhaul and Repair and Return (R&R) for the HAWK Missile System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified companies for a Sources Sought notice regarding the Overhaul and Repair and Return (R&R) of the HAWK Missile System. The objective is to identify vendors capable of performing depot-level repairs on various mechanical and electromechanical components of the HAWK Missile Defense System, including major assemblies such as the Continuous Wave Acquisition Radar and High Power Illuminator, as well as field maintenance equipment and HAWK missiles. This procurement is critical for maintaining the operational readiness of the HAWK Missile System, which supports various Foreign Military Sales Partners. Interested parties should provide their experience and capabilities related to HAWK R&R, with responses limited to five pages, directed to the Army Contracting Command at Redstone Arsenal, AL, by the specified deadline.
    LifeTime Buy TOW Missile System
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is initiating a procurement process for a one-time purchase of seven obsolete electronic components essential for the TOW 2B Missile System, under the solicitation SPRRA2-25-R-0004. This acquisition is sole sourced to Raytheon Company, the original equipment manufacturer (OEM), due to the proprietary nature of the parts, which include Digital Signal Processors and Flash Memory. These components are critical for missile production and will be added to the existing DLA-Raytheon Depot Level Repairable contract. Interested firms must meet prequalification requirements and are encouraged to seek source approval from the U.S. Army Combat Capabilities Development Command for future opportunities. The closing date for responses is estimated to be 15 days from the issuance of this synopsis, and foreign entities must process solicitation requests through their respective embassies. For inquiries, contact Kereen Johnston at kereen.johnston@dla.mil or J. Adam Henson at Jeffrey.Henson@dla.mil.
    PATRIOT Missile & RTX Technologies, Inc. Systems & Production Support IDIQ
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land at Aberdeen, is preparing to issue a Request for Proposal (RFP) for a long-term Indefinite Delivery, Indefinite Quantity (IDIQ) contract for systems and production support related to the PATRIOT Missile, with a sole source award anticipated to Raytheon Company. This contract, valued at up to $50 billion over a potential twenty-year period, aims to provide Depot Level Repairable (DLR) consumable items, including hardware, software, and logistics support services essential for the maintenance and sustainment of Raytheon's systems. The contract will facilitate the Department of Defense and other federal agencies' access to necessary support services, with the RFP expected to be released around November 1, 2024, and the contract awarded no later than March 25, 2025. Interested parties can direct inquiries to Johnna Bursk at johnna.bursk@dla.mil or Marley Joyner at marley.joyner@dla.mil.
    Explosive Linear Actuators
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified companies to develop and manufacture Explosive Linear Actuators for the Homing All Way Killer (HAWK) Missile System. The procurement requires contractors to possess comprehensive knowledge of the HAWK system and the capability to handle CLASS V explosives, as the actuators are essential components unique to the missile systems already deployed in the field. Interested parties are encouraged to respond to this Request for Information (RFI) to assist the Army in its market research and acquisition strategy, with all inquiries directed to Dean Angell at burrel.d.angell.civ@army.mil. This notice is not a solicitation for bids or proposals, and no entitlement to payment will arise from responses submitted.
    Full Rate Production (FRP) 22-24 Tomahawk Block V and Va All-Up-Round (AUR) Missiles
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to negotiate and award a contract for the Full Rate Production (FRP) of the 22-24 Tomahawk Block V and Va All-Up-Round (AUR) missiles. This procurement includes the production of Canistered Surface Ship Vertical Launch Tomahawk missiles, which feature modernized navigation and communications upgrades, as well as additional services such as software support, spares, and test missile preparation. The Tomahawk missiles are critical for naval operations, and Raytheon is the sole source capable of fulfilling this requirement due to its exclusive possession of the necessary technical data and manufacturing documentation. The contract award is anticipated for March 2026, and interested parties can reach out to Shannon Pico or Jacob Leitch for further information at their respective email addresses.
    Multiple NSNs & PNs in support of the Patriot Weapons System
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is soliciting a contract for multiple National Stock Numbers (NSNs) and part numbers in support of the Patriot Weapons System. This procurement is specifically aimed at adding seven NSNs to the existing DLA-Raytheon Depot Level Repairable (DLR) contract, which is essential for maintaining the operational readiness of the Patriot Missile System. The components to be procured include critical electronic parts such as crystal oscillators and circuit card assemblies, which are vital for military communications and electronics systems. Interested vendors should contact Kereen Johnston at kereen.johnston@dla.mil or J. Adam Henson at Jeffrey.Henson@dla.mil for further details, as the solicitation is sole-sourced to Raytheon Company, the original equipment manufacturer.
    Re-palletization and shipment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the re-palletization and shipment of assets currently located at Raytheon Technologies (RTX). The primary objective of this procurement is to facilitate the repair of pallets at RTX and their subsequent shipment to a predetermined location, with the requirement that all proposals demonstrate access to the secure RTX facility. This contract is significant as it involves the handling of guided missile components, and the selected contractor will be awarded a sole source Firm Fixed Price contract, with the shipment expected to occur on or before April 1, 2025. Interested parties should contact Jesse Whinham at jesse.whinham@us.af.mil or call 801-775-3237 for further details and to request specific performance indicators (SPIs) necessary for proposal submission.
    Joint Standoff Weapon (JSOW) Modification of N0001924F0164 FY24 Repair of Repairables
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to modify the Repair of Repairables (RoR) Delivery Order N0001924F0164 under Basic Ordering Agreement N00019-20-G-0007, specifically for the Joint Standoff Weapon (JSOW) program, with Raytheon Company located in Tucson, Arizona. This modification aims to procure essential services to support U.S. Navy RoR activities, as Raytheon is the sole designer, developer, and manufacturer of the JSOW, possessing the unique capabilities and technical data required for this procurement. The Government is pursuing this acquisition on a sole source basis, emphasizing the critical nature of the services provided by Raytheon, and interested parties may express their interest and capabilities, although no competitive proposals will be accepted. For further inquiries, interested parties can contact Elizabeth Scott at elizabeth.a.scott84.civ@us.navy.mil or Jennifer Vance at Jennifer.c.vance2.civ@us.navy.mil.
    LITENING AN/AAQ-28 Contractor Logistic Support (CLS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Contractor Logistic Support (CLS) for the LITENING Advanced Targeting Pod System. The primary objective of this ten-year contract is to ensure high fleet availability and operational readiness through comprehensive logistics, engineering, and training support, including maintenance, hardware and software modifications, and technical documentation. This contract is crucial for maintaining the effectiveness of the LITENING system, which plays a vital role in advanced targeting capabilities for military operations. Interested parties should direct inquiries to Taylor Walker at taylor.walker.10@us.af.mil or Cheri Thetford at cheri.thetford@us.af.mil, with the understanding that the government intends to negotiate a sole source contract with Northrop Grumman Systems Corporation, and responses to the Request for Proposal will be evaluated accordingly.
    : MULTIPLE LAUNCH ROCKET SYSTEM CONTROL SECTION,GUI SPARES (NSN 1420-01-540-8608) – SOLE SOURCE LOCKHEED MARTIN
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking to procure MULTIPLE LAUNCH ROCKET SYSTEM CONTROL SECTION, GUI SPARES (NSN 1420-01-540-8608) from LOCKHEED MARTIN. This item is typically used for the Patriot weapon system in support of the US Army Aviation and Missile Life Cycle Management Command (AMCOM). The procurement is for a three-year period of performance. The item is restricted to LOCKHEED MARTIN COMPANY. Interested firms must meet prequalification requirements to be eligible for award. The closing date for the solicitation is estimated and may be adjusted. The SAM.GOV website will be used for issuing the solicitation and related information.