Joint Multiple Effects Warhead System (JMEWS) Transition to Production (TTP)
ID: N00019-25-RFPREQ-WPM280-0132Type: 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 modification to Contract N00019-19-C-0004 for the Transition to Production (TTP) of the Joint Multi Effects Warhead System (JMEWS). This procurement aims to address critical requirements related to test readiness, design, integration, testing, evaluation, and hardware production, supporting the continued development and production readiness of JMEWS for integration into Tactical Tomahawk (TACTOM) systems. Raytheon Company, the sole developer and manufacturer of the Tomahawk missile, is the only source capable of fulfilling these requirements due to its exclusive possession of the necessary technical data and manufacturing documentation. Interested parties may submit capability statements to Shondra Stoner at shondra.l.stoner.civ@us.navy.mil, with the anticipated period of performance being 18 months from contract award.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    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.
    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.
    Joint Tactical Terminal – Transceiver (JTT-X)
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking proposals for the procurement of Joint Tactical Terminal – Transceiver (JTT-X) production units and aircraft integration support. The JTT-X is a Software Defined Radio (SDR) that includes an internal High Assurance Internet Protocol Encryptor (HAIPE) solution, with an anticipated contract covering the production of 455 units over a base year and four option years. This procurement is critical for enhancing airborne radio navigation capabilities and will proceed as a full and open competition, with a formal solicitation expected to be released in the second quarter of Fiscal Year 2026. Interested parties must ensure their assembly facilities have current COMSEC clearance and submit a Technical Library Access Request to obtain necessary specifications, with contact inquiries directed to Ryan Lysaght or Jessica Myers via their provided emails.
    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.
    1377 - 1377-01-170-1407; MW19; Cartridge Assembly, SEAWARS; DWG 851AS275
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking offers for the procurement of 330 units of Cartridge Assembly, SEAWARS, under the National Stock Number (NSN) 1377-01-170-1407. This contract involves the delivery of explosive ordnance items, which necessitate compliance with safety and security regulations, including a pre-award safety survey and adherence to DFARS 252.223-7002. The solicitation will be available on SAM.gov, and interested parties are encouraged to express their interest and capability to meet the requirements within 15 days of this notice. For further inquiries, potential bidders can contact Kyle Slusser at 771-229-1618 or via email at kyle.j.slusser2.civ@us.navy.mil.
    N0016423GJN16-JO07 –JO PIID N00164-26-RFPREQ-CR-JXN-0036 –SOLE SOURCE—30MM MK44 GUNS IN VARYING CONFIGURATIONS, ASSOCIATED SPARE PARTS, AND SPECIAL TOOLING, – PSC – 1005 – NAICS 332994
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking to procure 30mm MK 44 chain-fed guns in various configurations, along with associated spare parts and special tooling. This procurement is critical for maintaining the operational capabilities of naval forces, as these guns are essential components of naval weapon systems. The anticipated award amount for this sole source contract to Northrop Grumman Systems Corporation is approximately $40 million, with an expected award date around January 28, 2027, and a performance period of roughly one year. Interested parties may submit capability statements to Mr. Derek Perry at derek.s.perry2.civ@us.navy.mil, referencing announcement number N0016423GJN16-JO07 in all communications.
    FY26-30 Standard Missile (SM) Solid Rocket Motor (SRM)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is conducting market research for potential procurement related to the FY26-30 Standard Missile (SM) Solid Rocket Motor (SRM) requirements. The procurement aims to identify sources capable of manufacturing and assembling Solid Rocket Motors, including Dual Thrust Rocket Motors and Boosters, while ensuring compliance with acceptance testing and quality assurance as outlined in the Government’s Technical Data Package. These components are critical for the operational readiness of the Navy's multi-mission missile systems, which serve various roles including anti-air warfare and missile defense. Interested vendors should submit their responses, including a capability statement and optional white paper, to the designated contacts by January 9, 2026, with all submissions being treated as government property and not returned.
    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.
    PROJECTILE, 155 MILLIMETER: HE, ADVANCED SUBMUNITIONS, XM1208
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - New Jersey, is conducting a market survey to identify potential sources for the production of the 155mm HE Advanced Submunitions, designated as the XM1208 projectile. This procurement aims to establish a domestic production capability for the XM1208, which is intended to enhance U.S. ground forces' effectiveness in engaging targets, particularly in personnel and light materiel missions, while complying with Department of Defense cluster munition policies. Interested parties must demonstrate their production capabilities, including monthly delivery rates, facility specifications, and quality assurance measures, and submit their responses by 0900 ET on December 22, 2025, to the designated contacts, John C. Scott Jr. and Cameron Sacco, via email. All submissions will be treated confidentially and at no cost to the government.