Multi-Spectral Targeting Sensor (MTS) Notice of Intent to Sole Source
ID: 25-MDA-12034Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEMISSILE DEFENSE AGENCY (MDA)MISSILE DEFENSE AGENCY (MDA)HUNTSVILLE, AL, 35898, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; EXPERIMENTAL DEVELOPMENT (AC13)
Timeline
    Description

    The Missile Defense Agency (MDA) intends to award a sole source contract to Raytheon Company for engineering services related to the Multi-Spectral Targeting Sensor (MTS). This contract will encompass research, development, operations, maintenance services, modifications to existing MTS sensors, and procurement of new sensors, justified under FAR regulations. The MTS is critical for national defense, and Raytheon, as the original equipment manufacturer, is recognized as the only provider capable of meeting the MDA's specific requirements. The contract will be structured as an indefinite delivery indefinite quantity (IDIQ) with a combination of cost reimbursement and fixed-price orders over a 10-year period, identified under contract number HQ0860-25-D-0001. Interested parties may submit capability statements by the specified deadline, but the MDA will not reimburse costs incurred in responding to this notice. For inquiries, contact Ambros Montoya at ambros.d.montoya.civ@mda.mil or Marcus A. Mansfield at marcus.mansfield@mda.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Missile Defense Agency (MDA) is notifying its intention to award a sole source contract to Raytheon Company for engineering services related to the Multi-Spectral Targeting Sensor (MTS). This contract, justified under FAR regulations, will cover research, development, operations, and maintenance services, as well as modifications to existing MTS sensors and procurement of new ones. Raytheon, the original equipment manufacturer, is deemed the only provider capable of fulfilling MDA's specific requirements. The contract will be structured as an indefinite delivery indefinite quantity (IDIQ) with a combination of cost reimbursement and fixed-price orders over a 10-year period, identified under contract number HQ0860-25-D-0001, PSC AC13, and NAICS Code 541715. While this notice is not a solicitation for proposals, other companies may submit capability statements by a specified deadline. The MDA will not reimburse costs incurred in responding to this notice and will not provide individual feedback to vendors. Questions should be directed to designated MDA personnel via email.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Notice of Intent: Radar Test Contract (RTC) Bridge Extension
    Buyer not available
    The Missile Defense Agency (MDA) of the Department of Defense intends to solicit and negotiate a sole source contract for the Radar Test Contract (RTC) Bridge Extension, primarily with Raytheon Company. This contract will support the planning, execution, and analysis of Integrated Master Test Plan (IMTP) defined test events for various Missile Defense System (MDS) radars, including the AN/TPY-2, Sea-Based X-Band Radar (SBX), Upgraded Early Warning Radars (UEWR), and COBRA DANE radar. The services are critical for ensuring the effectiveness of the MDS testing efforts and include program management, risk management, and the sustainment of sensor models. Interested parties must be registered in the System for Award Management and can direct inquiries to Ms. Khaliah Burns at Khaliah.burns@mda.mil. This notice is not a request for competitive proposals, and the government will not pay for information submitted.
    MDA IT Operations & Engineering Solutions (MIOES)
    Buyer not available
    The Missile Defense Agency (MDA) is seeking proposals for the MDA IT Operations & Engineering Solutions (MIOES) contract, which aims to provide comprehensive IT services and engineering solutions to support missile defense operations. The procurement focuses on enhancing the agency's capabilities in research, development, testing, evaluation, and integration of missile defense systems, with an emphasis on cybersecurity, facility operations, and mission assurance. This initiative is critical for maintaining operational readiness and ensuring compliance with federal regulations while advancing the MDA's technological infrastructure. Interested parties should submit their responses to the Request for Information by January 9, 2025, and monitor updates on the final Request for Proposal, anticipated for release on May 2, 2025. For further inquiries, contact Jonathan "Jon" Wood at jonathan.wood@mda.mil or Christopher "Chris" Jeon at christopher.jeon@mda.mil.
    Patriot Spares; Sole Source to Raytheon
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is soliciting proposals for the procurement of specific parts related to the Patriot Radar and BMC4I upgrades, with a sole source designation to Raytheon Company. The Request for Proposal (RFP) seeks pricing for various part numbers, including circuit card assemblies and delay lines, which are critical for military enhancements and operational readiness. Interested parties must adhere to firm-fixed pricing and provide comprehensive cost documentation, with proposals due by March 31, 2025, following amendments that extended the original deadlines. For further inquiries, potential bidders can contact Kelsey Brown at kelsey.e.brown@dla.mil or Anna Phillips at anna.phillips@dla.mil.
    Long Range Discrimination Radar (LRDR) Persistent Discrimination & Sustainment (PD&S) Request for Information (RFI)
    Buyer not available
    The Missile Defense Agency (MDA) is conducting a Request for Information (RFI) for the Long Range Discrimination Radar (LRDR) Persistent Discrimination & Sustainment (PD&S) program, aimed at identifying sources capable of providing systems development and hardware/software sustainment for the LRDR radar located in Clear, Alaska. The MDA seeks to gather information on potential capabilities and resources to support the LRDR's operational availability and future enhancements, with a focus on hardware and software activities that align with the Missile Defense System requirements for the FY2027 – FY2037 timeframe. The LRDR is a critical component of the MDA's missile defense strategy, providing essential long-range tracking and discrimination capabilities against missile threats. Interested parties must submit their responses by March 20, 2025, and can direct inquiries to Brandon Smith at brandon.a.smith@mda.mil or LaShonda Fletcher at lashonda.fletcher@mda.mil.
    Missile Defense AE Services IDC 5.0 Combined Synopsis/Solicitation
    Buyer not available
    The Department of Defense, specifically the U.S. Army Engineering and Support Center in Huntsville, is seeking qualified firms to provide a full spectrum of facility engineering and architectural services under an Indefinite Delivery Contract (IDC) in support of the Ballistic Missile Defense System. The objective of this procurement is to ensure comprehensive engineering services that align with the requirements set forth by the Mandatory Center of Expertise (MD-CX) for missile defense facilities. This contract is critical for maintaining and enhancing the infrastructure necessary for national defense initiatives. Interested firms must submit their responses by April 14, 2025, at 12:00 PM Central Standard Time, and can direct inquiries to Lashonda Smith at lashonda.c.smith@usace.army.mil or Tianna Love at tianna.r.love@usace.army.mil.
    Microwave Engineering Corp Antenna Elements
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), intends to award a five-year, Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract to Microwave Engineering Corp for the fabrication, testing, and repair of Periscope and Photonics antenna assemblies. The procurement aims to ensure the operational readiness of these critical components, which are essential for U.S. Navy operations, by utilizing Government Furnished Property and adhering to specific manufacturing and quality assurance standards outlined in the Statement of Work. The contract will be funded through Working Capital funds, with a focus on maintaining stringent performance and acceptance criteria, and is currently set as a sole-source award due to Microwave Engineering Corp's unique qualifications as the original manufacturer. Interested parties can reach out to Franklin Patton at franklin.k.patton2.civ@us.navy.mil or call 401-832-6525 for further details.
    Mid Range Capability (MRC) Production
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is seeking to acquire a fifth battery for the Mid Range Capability (MRC) weapon system through a sole-source contract with Lockheed Martin Corporation (LMC). This procurement is necessitated by the Army's immediate need for additional Ground Support Equipment (GSE) and is justified under Title 10 U.S.C. 3204(a)(1), as LMC is the only responsible source capable of fulfilling the requirements due to their prior development and production of the first four batteries. The MRC system is critical for enhancing the Army's operational capabilities, and the decision to proceed without full and open competition is based on the lack of comprehensive technical data packages and the significant costs and delays associated with transitioning to another vendor. Interested parties can reach out to LaTasha Y. Porter at latasha.y.porter.civ@army.mil or Thomas B. Mangum at thomas.b.mangum3.civ@mail.mil for further information.
    MDA Agile Professional Services Solution (MAPSS)
    Buyer not available
    The Missile Defense Agency (MDA) is seeking qualified vendors to participate in its Agile Professional Services Solutions (MAPSS) initiative, which aims to enhance missile defense capabilities through a structured procurement process. The MDA intends to acquire knowledge-based services across multiple tranches, focusing on areas such as engineering, logistics, cybersecurity, and advisory support, with a significant emphasis on small business participation. This initiative is crucial for maintaining and advancing the U.S. missile defense system, ensuring that the agency can effectively respond to evolving threats. Interested vendors must submit their capabilities statements and responses to Requests for Information (RFIs) by October 3, 2024, and can direct inquiries to primary contact Jennie Frantum at jennie.frantum@mda.mil or by phone at 256-450-3442.
    Notice of Intent to Sole Source LRR-E
    Buyer not available
    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract extension for the Long Range Radar-Enhanced (LRR-E) system, with the procurement managed by the Army Contracting Command in Linthicum Heights, Maryland. This contract will provide sustainment and life cycle support necessary for maintaining the operational readiness and capability of the LRR-E, extending the ordering period by four years and allowing for various pricing structures including Firm-Fixed Price and Cost-Reimbursable Task Orders. The Government plans to negotiate exclusively with Northrup Grumman Systems Corporation, citing the need for a single responsible source, although other interested parties may submit capability statements for consideration. Responses must be directed to the Contract Specialist, Joshua Bargsten, at joshua.bargsten.civ@army.mil, with a courtesy copy to Contracting Officer Ricardo Rivera at ricardo.a.rivera50.civ@army.mil, prior to the closing date of the notice.
    Notice of Intent to Award a Sole Source Contract for Sustainment Services for AN/USQ-167(V) Common Data Link System (CDLS)
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Systems Command (NAVWARSYSCOM), intends to award a sole source contract for sustainment services related to the AN/USQ-167(V) Common Data Link System (CDLS). This procurement aims to secure a ten-year Indefinite-Delivery Indefinite Quantity (IDIQ) contract for specialized engineering services, including depot-level maintenance and repair, to ensure the operational longevity of the CDLS, which is critical for transmitting signal and imagery intelligence data between reconnaissance aircraft and surface ship processing systems. The estimated value of this contract is $14.8 million, with a five-year base ordering period and an additional five-year option period. Interested parties may direct questions to Contract Specialist Jennifer V De Vera at jennifer.v.devera.civ@us.navy.mil by March 26, 2025, at 12:00 p.m. PDT.