Advanced Technology Insertion and Integration for Weapon Systems
ID: N6893625R0013Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTERCHINA LAKE, CA, 93555-6018, USA

NAICS

Engineering Services (541330)

PSC

NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; EXPERIMENTAL DEVELOPMENT (AC13)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 8:00 PM UTC
Description

The Department of Defense, through the Naval Air Warfare Center Weapons Division (NAWCWD) China Lake, intends to procure research, development, test, and evaluation (RDT&E) services for advanced technology insertion and integration for various weapon systems. The procurement aims to enhance systems such as AARGM, MSST, and AIM-9 Rocket Motors through design, development, technology demonstrations, and integration activities, focusing on improving military utility and operational effectiveness. Interested firms must submit a written capability statement referencing solicitation number N6893625R0013 within 15 days of this notice, demonstrating their qualifications and ability to meet the requirements. For further inquiries, contact Elizabeth Schlick at elizabeth.a.schlick.civ@us.navy.mil or Tara Brandt at tara.m.brandt.civ@us.navy.mil.

Files
No associated files provided.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
NAWCWD FY25 Long Range Acquisition Forecast (LRAF)
Buyer not available
The Naval Air Warfare Center Weapons Division (NAWCWD) has announced its Fiscal Year 2025 Long Range Acquisition Forecast (LRAF), outlining anticipated contract requirements for various engineering services. This Special Notice serves as an informational guide detailing 26 upcoming contract opportunities, which include projects such as the production of MK-84 modified bomb bodies and the development of advanced weapon system technologies, with expected contract values ranging from under $2 million to over $250 million. These contracts are crucial for enhancing national defense capabilities and advancing military technology, with procurement methods including sole-source awards, small business set-asides, and full and open competitions. For further inquiries, interested parties can contact Kim Matsunaga at kim.s.matsunaga.civ@us.navy.mil or (760) 793-3657, noting that the information provided is subject to change and not binding on the Government.
Sea Range Safety Surveillance Services
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Weapons Division (NAWCWD), is seeking to procure Sea Range Safety Surveillance Services to enhance missile test safety at Point Mugu, CA. The procurement involves RDT&E engineering services, including range surveillance, systems engineering support, and mission planning, utilizing the Intelligence Systems Awareness Tool (ISAT) software to improve situational awareness during missile intercept tests. This initiative is crucial for ensuring the safety and effectiveness of Sea Based Weapons Systems during testing events. Interested firms must submit a written response, including a capability statement, by the deadline of 15 days from the publication date of this notice, referencing solicitation number N6893625R0014. For further inquiries, contact Adam Rockwell at adam.r.rockwell.civ@us.navy.mil or Tara Brandt at tara.m.brandt.civ@us.navy.mil.
Compact HLG Technology
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Weapons Division (NAWCWD), is seeking sources for the development of Compact HLG Technology, including prototyping capabilities. This sources sought notice aims to assess the industrial capability of potential contractors to fulfill this requirement, which is critical for advancing national defense research and development initiatives. Interested firms are encouraged to submit a capability statement detailing their experience and qualifications by responding to solicitation number N6893625R0029 within 10 days of this notice. For further inquiries, potential respondents may contact Julie Dack at julie.j.dack.civ@us.navy.mil or Joel Ashworth at joel.b.ashworth.civ@us.navy.mil.
Rapid Response Munitions Testing & Engineering Services Follow On
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking responses from qualified entities for Rapid Response Munitions Testing and Engineering Services. The procurement aims to provide engineering services and rapid response testing support for various programs that enhance the safety and effectiveness of munitions, ensuring compliance with military standards and operational readiness. This opportunity is critical for supporting the warfighter by characterizing, testing, and documenting the performance of weapons and munitions, with a focus on safety, environmental analysis, and logistics. Interested companies must submit their responses, including a completed RFI Survey, to Kimberly S. Hall at kimberly.s.hall31.civ@us.navy.mil by May 13, 2025. The NAICS code for this opportunity is 541330, with a size standard of $25.5 million.
Missile Systems - Recertification Fuze Procurement
Buyer not available
The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is planning to negotiate and award a Firm Fixed Price Delivery Order to Raytheon Missiles & Defense for the procurement of new fuzes necessary for the recertification of the Tomahawk Missile System. This procurement is driven by service life limits that necessitate the replacement of fuzes during missile recertification, highlighting the critical nature of maintaining operational readiness for this key defense asset. Raytheon is the sole manufacturer of the Tomahawk Missile System and possesses the unique expertise and technical data required for this effort, making this a sole-source procurement under the authority of FAR 6.302. Interested parties may submit capability statements to Zacerry Herbert at zacerry.g.herbert.civ@us.navy.mil, although this notice is not a request for competitive proposals.
SOLE SOURCE JOB ORDER- Research and Development, Engineering, Logistics, and Repairs for AN/AQ-218 Tactical Jamming Receiver System (TJSR), AN/AQ-240 Electronic Support Measures System, AN/ALQ-264 Beowulf, Software Support for Electronic Attack Unit (EAU)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to award a sole source contract for research and development, engineering, logistics, and repairs related to the AN/AQ-218 Tactical Jamming Receiver System, AN/AQ-240 Electronic Support Measures System, and AN/ALQ-264 Beowulf, along with software support for the Electronic Attack Unit (EAU) and Next Generation Electronic Attack Unit (NGEAU). The procurement will encompass program management, engineering support, research and development, logistics support, and repair services for Weapons Repairable Assemblies (WRAs) and Shop Repairable Assemblies (SRAs) utilized in these systems. This contract is critical for maintaining and enhancing the capabilities of electronic warfare systems, ensuring operational readiness and effectiveness. Interested parties may submit capability statements to the primary contact, Megan Regan, at megan.m.regan2.civ@us.navy.mil, with the closing date for submissions set for April 16, 2025, and the anticipated award date for the contract on July 1, 2026.
FY25-FY34 N0002425R5341 - AEGIS SI&T Solicitation
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is issuing a competitive solicitation for the AEGIS Ship Integration & Test (SI&T) Combat System, designated as N00024-25-R-5341. This procurement aims to secure engineering and technical services for the development, integration, and deployment of AEGIS-based combat systems on U.S. Navy surface combatants and international tactical sites. The contract will be a Cost Plus Fixed Fee (CPFF) arrangement, with the potential for an additional award fee, and all work must comply with applicable laws and regulations. Interested offerors should direct inquiries to Jocelyn Varela-Martinez at jocelyn.i.varela-martinez.civ@us.navy.mil or Robert Larkin at robert.j.larkin25.civ@us.navy.mil, and note that there is no funding associated with this announcement, which is not a commitment to contract.
Notice of Intent to Sole Source - Stinger Air-to-Air Launcher
Buyer not available
The Department of Defense, specifically the Department of the Navy, intends to negotiate a sole-source contract for the procurement of the Stinger Air-to-Air Launcher (ATAL) system from Raytheon Company. This procurement includes spares, training, sustainment, and associated engineering services to support the Marine Air Defense Integrated System Increment 1 (MADIS Inc. 1) program, as Raytheon is the original designer and producer of the ATAL, which is the only available solution that meets the program's requirements. The anticipated contract will be a hybrid Cost-Plus-Fixed Fee/Firm-Fixed-Price agreement with a performance period of five years, and interested parties must submit their interest and capability by 10:00 AM local time on April 17, 2025, to the primary contacts, Max L. G. Kirkman and Stasia Baker, via their respective emails.
PDRM MOD 1 Nozzle Sub Assembly
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for the manufacturing of PDRM MOD 1 Nozzle Sub Assemblies. This procurement requires contractors to fabricate, inspect, and test components that are critical for fleet-deliverable Aviation Critical Safety Items (ACSIs), adhering to stringent quality assurance standards and engineering specifications. The contract emphasizes the importance of First Article Testing (FAT) and compliance with ISO 9001 standards, ensuring that all deliverables meet government requirements before acceptance. Interested small businesses must submit their proposals in response to RFP N0017425R0019, and can direct inquiries to Lisa Curtis at lisa.m.curtis29.civ@us.navy.mil.
12--TURRET,SENSOR-SIGHT
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of turret sensor-sight components as part of a spares requirement for the MH-60R helicopter DCRPS system intended for Foreign Military Sales (FMS). This procurement is critical for maintaining operational readiness and support for the specified helicopter systems, ensuring that they are equipped with the necessary components for effective performance. Interested vendors should note that early and incremental deliveries are preferred, and all contractual documents will be considered issued upon transmission via mail, facsimile, or electronic methods. For further inquiries, potential bidders can contact Kelly M. Lynch at 215-697-3566 or via email at KELLY.M.LYNCH5.CIV@US.NAVY.MIL.