Qatar Emiri Air Force (QEAF) Joint Standoff Weapon (JSOW) AGM-154C Initial Integrated Logistics Support (ILS) and training
ID: N00019-25-RFPREQ-WPM201-0164Type: Presolicitation
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)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to negotiate a sole-source contract with Raytheon Missile & Defense for the provision of Initial Integrated Logistics Support (ILS) and training for the Qatar Emiri Air Force's Joint Standoff Weapon (JSOW) AGM-154C. This procurement is critical as Raytheon is the sole designer and manufacturer of the JSOW system, possessing the unique technical expertise and resources necessary to fulfill the requirements. Interested parties may submit capability statements to express their interest, although the government has no obligation to solicit further proposals or awards. For inquiries, contact John Barr at john.m.barr1.civ@us.navy.mil or Lauren M. Ivancik at lauren.ivancik@navy.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    AIM-9X Lots 27-29 Production
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to procure the production of Lots 27-29 AIM-9X Sidewinder Missiles, which includes a maximum quantity of 7,500 missiles and associated support materials. This procurement will be executed as a Fixed Price Incentive Firm (FPIF) contract with a base year and two options, aimed at fulfilling the needs of the United States Navy, Air Force, Army, and Foreign Military Sales customers. The AIM-9X missiles are critical for air-to-air combat and training operations, and the contract is expected to be awarded solely to Raytheon Company based on FAR 6.302-1, which allows for procurement from a single responsible source. Interested parties should direct inquiries to Sarah Moore via email at sarah.n.moore11.civ@us.navy.mil, noting that there are no commitments from the Government to issue solicitations or awards prior to contract finalization.
    AIM-9X Systems Improvement Program FOIVE Contract
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate and award a Cost-Plus Fixed Fee (CPFF) contract for the AIM-9X Systems Improvement Program to Raytheon Missiles and Defense, located in Tucson, Arizona. This contract will support ongoing missile improvement activities, including Non-Recurring Engineering (NRE) for hardware development, operational flight software support, and integration of engineering changes, with a performance period of up to five years. The AIM-9X Program is crucial for enhancing the capabilities of the United States Navy and Air Force, as well as various Foreign Military Sales customers. Interested parties should direct inquiries to Megan Ryce at megan.e.ryce.civ@us.navy.mil, with a copy to Jennifer Vance at jennifer.c.vance2.civ@us.navy.mil, noting that the procurement is intended to be sole source to Raytheon based on FAR 6.301-1.
    Long Range Anti-Ship Missile (LRASM) Threat Working Group Engineering Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to enter into sole source negotiations for engineering support related to the Long Range Anti-Ship Missile (LRASM) Threat Working Group. The contract will be awarded to Lockheed Martin Corporation – Missiles Fire Control (LMMFC), which is the sole designer and manufacturer of the LRASM, due to its unique capabilities and expertise required to meet the Government's needs. This procurement is critical for maintaining the effectiveness and reliability of the LRASM system, which plays a vital role in naval defense strategies. Interested parties may submit capability statements or proposals for consideration, and inquiries can be directed to Dawn Scher or Teresa Mellies via their respective email addresses, with no commitment from the Government to issue a solicitation or award a contract at this time.
    F-35 "Lightning II" Training Systems and Simulation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is seeking to issue a sole-source Indefinite Delivery Indefinite Quantity (IDIQ) contract for the F-35 "Lightning II" Training Systems and Simulation. This contract aims to provide a comprehensive range of services, including analysis, modeling, simulation, design, development, production, modification, test and evaluation, and product support for F-35 training systems and simulation products, ensuring realistic training events for pilots, aircrew, and maintainers. The integration of these capabilities into the Training Infrastructure System (TIS) Operational Environment is crucial for the effective training of personnel on the complex F-35 air system. Interested parties may respond to the sources sought notice within 15 calendar days to identify their capabilities; however, the government is not obligated to award a contract and will not cover any costs incurred in preparing responses. For further inquiries, contact Tara Malloy-Paull at tara.malloy-paull@jsf.mil or Michael Donaldson at Michael.donaldson2@jsf.mil.
    Patriot Spares - Multiple NSN
    Dept Of Defense
    The Defense Logistics Agency (DLA) is issuing a sole-source Letter Request for Proposal (RFP) SPRRA2-26-R-0027 to Raytheon Company for the addition of two National Stock Numbers (NSNs) to an existing subsumable contract. This procurement is critical for supporting the Patriot Missile and other defense systems, emphasizing the necessity for specific parts that only Raytheon can provide under the terms of the contract. Interested parties must note that Raytheon is required to indicate their intention to submit a proposal within five business days and submit their full proposal by March 10, 2026, at 5:00 P.M. CST, adhering to the established terms and conditions of the Umbrella Contract. For further inquiries, the designated contacts include LeeAnn Darling at LeeAnn.Darling@dla.mil and Siyeicea S Jackson at SIYEICEA.JACKSON@DLA.MIL.
    F135 Propulsion System Engineering and Logistics Studies, Modifications, and Sustainment Basic Ordering Agreement
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, intends to award a Basic Ordering Agreement (BOA) to RTX Corporation, Pratt & Whitney Military Engines, for engineering and logistics studies related to the F135 Propulsion System. The procurement aims to support the F135 Modifications Program by conducting investigations and providing sustainment support for the F135 fleet, leveraging Pratt & Whitney's unique expertise as the original designer and manufacturer of the propulsion system. This opportunity is critical for maintaining the operational readiness and performance of the F-35 Lightning II aircraft. Interested parties may submit capability statements, proposals, or quotations within fifteen days of this notice, and should direct inquiries to Alexander Chakrin at Alexander.Chakrin@jsf.mil or George Hubbard at George.Hubbard@jsf.mil.
    RFP Routing Logic Radio Interface; Sole Source to Raytheon
    Dept Of Defense
    The Defense Logistics Agency (DLA) Aviation is soliciting proposals for the Routing Logic Radio Interface Units (RLRIU) to support upgrades for the Patriot Radar system, specifically targeting Raytheon as the sole source provider. The procurement aims to acquire essential components for system modernization, including various update kits and associated hardware necessary for maintaining and enhancing the Integrated Fires Mission Command capabilities. This opportunity is critical for ensuring the operational readiness of defense systems, with proposals due by November 4, 2025, at 4:00 p.m. CST, and all communications directed to Kelsey Brown at kelsey.e.brown@dla.mil.
    24K Environmental Control Unit (ECU) Sole Source to Raytheon
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking to procure the 24K Environmental Control Unit (ECU) exclusively from Raytheon for use in support of the Patriot Missile System. This procurement is being conducted under a sole source justification due to the limited number of responsible sources available, as the necessary data for competitive bidding is not accessible. The ECU is critical for the Integrated Fires Mission Command Project, and interested firms must meet prequalification requirements to be eligible for future solicitations. For inquiries, potential offerors should contact Kimberly S. Thomas at kimberly.thomas@dla.mil or Anna Phillips at anna.phillips@dla.mil, with responses due within 15 days from the presolicitation notice.
    Request For Proposal, SPRRA2-26-R-0007, Multiple NSNs
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is issuing a Request for Proposal (RFP) SPRRA2-26-R-0007, specifically directed to Raytheon Company, for the addition of thirteen National Stock Numbers (NSNs) to an existing contract. This sole-source procurement is critical for supporting the Patriot Missile and other defense systems, requiring firm-fixed pricing for a five-year period and detailed cost data submission. Interested parties must indicate their intent to propose within five business days and submit their full proposals by January 28, 2026, at 5:00 P.M. CST, with all communications directed to the DLA contracting team, specifically to Lewis Fournet at lewis.fournet@dla.mil or David Bennett at david.b.bennett@dla.mil.
    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.