Class Sources Sought for PMA 201 Joint Standoff Weapon (JSOW) and Harpoon Weapon System (HWS) Service Life Extension Program (SLEP) Seeker Raytheon Corporate BOA N0001925G0009
ID: N00019-25-NORFPREQ-PMA-201-BOAType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR SYSTEMS COMMANDPATUXENT RIVER, MD, 20670-5000, USA

NAICS

Guided Missile and Space Vehicle Manufacturing (336414)

PSC

GUIDED MISSILES (1410)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking information from qualified contractors regarding the Class Sources Sought for the PMA 201 Joint Standoff Weapon (JSOW) and Harpoon Weapon System (HWS) Service Life Extension Program (SLEP) Seeker. This procurement aims to support the U.S. Navy and Foreign Military Sales (FMS) customers by providing supplies and services related to the JSOW and HWS SLEP Seeker programs, including production, repairs, engineering studies, and logistical support. The anticipated awards will be made under a sole source Basic Ordering Agreement (BOA) with Raytheon Company, with a projected award date no later than August 31, 2025. Interested parties must submit a capabilities statement by email to Rachel King at rachel.m.king37.civ@us.navy.mil by 1500 Eastern Standard Time on the closing date of this notice, with no funding available for response preparation.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    OTH-WS Sources Sought for Production & Design Agent Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is conducting a sources sought notice to identify potential sources capable of manufacturing the Over the Horizon – Weapons System (OTH-WS) and providing Design Agent support. This procurement aims to enhance the U.S. Navy's capabilities in long-range anti-ship warfare by supplying 516 Encanistered Missiles (EM) and associated systems, which are designed to operate effectively in hostile environments without requiring further guidance after launch. Interested parties are encouraged to submit their responses to the market survey questionnaire by December 31, 2025, to the designated contacts, including Brittany Burton at brittany.m.burton4.civ@us.navy.mil and Jamal Newman at jamal.e.newman.civ@us.navy.mil, as the government will not accept unsolicited proposals or reimburse any costs associated with the responses.
    Maritime Launched Effects - Increment 1 (MLE-1) Request for Information (Updated 16 Dec 2025)
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking industry input via a Request for Information (RFI) for the Maritime Launched Effects - Increment 1 (MLE-1) program. This initiative aims to develop and field loitering munitions that can be integrated with SOCOM Combatant Craft, focusing on precision strike capabilities while adhering to specific performance requirements, including a kinetic payload of over 22 pounds and operational readiness in various sea states. The MLE-1 program is critical for enhancing naval warfare capabilities, providing combatant craft with organic precision-strike mission packages designed for beyond line-of-sight engagements. Interested vendors must submit their responses by 5:00 PM EST on January 16, 2026, and can direct inquiries to Christopher Russell at christopher.s.russell34.civ@us.navy.mil or Nick Lovasz at nicholas.c.lovasz.mil@us.navy.mil.
    16--TIP,ASSEMBLY,LH, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for a left-hand assembly tip for the P-8 aircraft, specifically identified by NSN 7R-1680-016600068-P8. The procurement will be conducted on a sole source basis with The Boeing Company, the Original Equipment Manufacturer (OEM), as they are the only known source capable of providing the necessary repair support for this component. This opportunity is critical for maintaining the operational readiness of the P-8 aircraft, and interested parties are encouraged to submit their capability statements to the contracting officer, Taylor M. Weidman, at taylor.m.weidman2.civ@us.navy.mil, within 15 days of this notice. The solicitation is expected to be issued on December 17, 2025, with proposals due by January 15, 2025, and the anticipated award date is January 30, 2025.
    Request for Information (RFI) / Sources Sought: Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center, is seeking information from industry regarding capabilities to provide Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support. This procurement aims to offer eligible foreign customers a comprehensive range of U.S. Security Cooperation solutions, including sustainment material, systems upgrades, technical support, and maintenance services for naval vessels and related infrastructure across various countries. Interested parties are encouraged to submit their expressions of interest, detailing their capabilities and responses to specific questions by 12 PM PDT on January 25, 2026, to the designated contacts, Jason Gavinski and Karen Smith, via the provided email addresses.
    ADVANCED HARPOON WEAPONS CONTROL STATION (AHWCS) TECHNICAL MANUALS, DATA AND COMPUTER SOFTWARE
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award a Firm Fixed Price Delivery Order to The Boeing Company for the provision of digital copies of existing Advanced Harpoon Weapons Control Station (AHWCS) Technical Manuals, technical data, cable drawing packages, and computer software, both classified and unclassified. This procurement is critical to support the United States Navy's operational capabilities, as Boeing is the sole designer and manufacturer of the Harpoon Weapon System, possessing the unique technical data and expertise required for this task. The contract award is anticipated in the first quarter of fiscal year 2026, and interested parties may contact Joanna Roland at joanna.m.roland.civ@us.navy.mil or Lindsey Boka at lindsey.a.boka.civ@us.navy.mil for further information, while subcontracting opportunities can be explored with Chasity Strickland at Chasity.L.Strickland@boeing.com.
    SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to issue a competitive solicitation for the Surface Electronic Warfare Improvement Program (SEWIP) AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration. This procurement aims to support the design, development, fabrication, integration, and maintenance of the AN/SLQ-32(V) systems and subsystems, which are critical for early detection, signal analysis, and protection against anti-ship missiles. The anticipated contract will be structured as an Indefinite Delivery Indefinite Quantity-Multiple Award Contract (IDIQ-MAC) with a base period of approximately five years, potentially extending for an additional five years. Interested parties should monitor SAM.gov for the release of the Request for Proposal (RFP) expected in January 2026 and may contact Ryan Brophy or Peter Brown for further inquiries regarding the pre-solicitation artifacts and requirements.
    CDS Sustainment FY32-37
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, intends to solicit and negotiate a sole-source contract with Lockheed Martin Aeronautics Company for the CDS Sustainment effort from FY32 to FY37. This contract will provide integrated sustainment support for the Joint Reprogramming Enterprise (JRE), which includes maintaining mission equipment, software tools, and support personnel across various reprogramming labs for the U.S. Air Force, Navy, Marine Corps, and international partners. The work is critical for ensuring the operational readiness and effectiveness of the F-35 aircraft, with the contract expected to span five years, commencing in 2032. Interested parties may submit capability statements or proposals within 15 days of this notice, and inquiries can be directed to Austin Simoni at austin.simoni@jsf.mil or by phone at 757-803-4648.
    SEAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of spare parts under the title "SEAL." This solicitation requires vendors to provide items that necessitate government source approval prior to award, and interested parties must submit their proposals along with the necessary documentation as outlined in the NAVSUP WSS source approval brochure. The procurement is critical for fleet support needs, and early and incremental deliveries are preferred to ensure timely fulfillment of government requirements. Interested vendors should direct their quotes and inquiries to Lara L. Szott at LARA.L.SZOTT.CIV@US.NAVY.MIL by the specified due date.
    NAWCWD FY25 Long Range Acquisition Forecast (LRAF)
    Dept Of Defense
    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.
    NIIN: 015728130/ FMS REPAIR/ N0038325PR0R912
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is issuing a presolicitation for a sole-source contract to Undersea Sensor Systems Inc. for the repair of the SDSR, AIRCRAFT EQUIP (NIIN: 015728130, Part Number: 6120-0500-001) specifically for H-60 aircraft. This procurement is critical as Undersea Sensor Systems Inc. is the Original Equipment Manufacturer (OEM) and the only known source for this repair, with no available drawings or data, and the government lacking the necessary data rights. The contract is set for a duration of one year, with proposals due by January 29, 2026, and an anticipated award date in March 2026; interested parties may submit capability statements within 15 days of the solicitation issue date, which is expected around December 30, 2025. For further inquiries, contact Grace Y. McGinley at (215) 697-2198 or via email at GRACE.V.MCGINLEY.CIV@US.NAVY.MIL.