LRASM MOFP Update
ID: N00019-24-RFPREQ-WPM201-0437Type: 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), intends to award a modification to an existing contract with Lockheed Martin Corporation-Missiles Fire Control for the integration of a new RF subsystem software into the LRASM Missile Operational Flight Program (MOFP). This procurement is critical for the timely and cost-effective enhancement of the LRASM missile capabilities, as Lockheed Martin is the sole designer and integrator with the necessary expertise and technical data. Interested parties may express their interest and capabilities, although the Government reserves the right to proceed without competition based on the unique qualifications of Lockheed Martin. For further inquiries, interested vendors can contact Amber Wroble or Jessica A. Blackwell via their provided emails.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    LRASM MOFP Update
    Currently viewing
    Presolicitation
    Similar Opportunities
    FMS REPAIR OF TSS TURRET ASSY
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole source contract for the repair of the TSS Turret Assembly from Lockheed Martin Corporation. This procurement is critical as the TSS Turret Assembly, identified by part number 797239360-019, is essential for aircraft gunnery fire control, and Lockheed Martin is the Original Equipment Manufacturer (OEM) with exclusive rights to provide the necessary repair support. Interested parties have 15 days to express their interest and capability to meet the requirements, with a final deadline for proposals set at 45 days from the notice publication. For further inquiries, Alyssa Thieu can be contacted via email at alyssa.t.thieu.civ@us.navy.mil or by phone at 215-697-0169.
    SPRRA225R0002 MLRS SPARES
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is seeking to procure multiple items for the Multiple Launch Rocket System (MLRS) under the presolicitation SPRRA225R0002. The procurement includes a one-time buy for specific control sections and test sets, with quantities of 30 and 5 respectively, and estimated production lead times ranging from 150 to 675 days after contract award, depending on whether first article testing is required. These items are critical for supporting the U.S. Army Aviation and Missile Life Cycle Management Command and are restricted to Lockheed Martin Corporation as the sole source for manufacturing. Interested parties should direct inquiries to Mari Bretz at hecmari.bretz@dla.mil or Becky Brady at becky.brady@dla.mil, and must meet prequalification requirements to be eligible for award. The solicitation will be published on SAM.gov, with the closing date subject to change based on the release of the solicitation.
    : MULTIPLE LAUNCH ROCKET SYSTEM CONTROL SECTION,GUI SPARES (NSN 1420-01-540-8608) – SOLE SOURCE LOCKHEED MARTIN
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking to procure MULTIPLE LAUNCH ROCKET SYSTEM CONTROL SECTION, GUI SPARES (NSN 1420-01-540-8608) from LOCKHEED MARTIN. This item is typically used for the Patriot weapon system in support of the US Army Aviation and Missile Life Cycle Management Command (AMCOM). The procurement is for a three-year period of performance. The item is restricted to LOCKHEED MARTIN COMPANY. Interested firms must meet prequalification requirements to be eligible for award. The closing date for the solicitation is estimated and may be adjusted. The SAM.GOV website will be used for issuing the solicitation and related information.
    Joint Standoff Weapon (JSOW) FY25 Mission Planning
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is planning to issue a sole source Delivery Order to Raytheon Company for sustainment and integration support related to the Common Unique Planning Component Weapon Planning Environment software. This procurement is critical as Raytheon is the sole designer and manufacturer of the Joint Standoff Weapon (JSOW), possessing the unique knowledge and technical data necessary to fulfill the requirements. Interested parties may express their interest and capabilities, although the Government retains discretion over whether to pursue competitive proposals. For further inquiries, interested parties can contact Elizabeth Scott at elizabeth.a.scott84.civ@us.navy.mil or Jennifer Vance at jennifer.c.vance2.civ@us.navy.mil, with no commitment from the Government to issue solicitations or awards at this stage.
    RAM System & Software Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking to procure a RAM System & Software Upgrade on a sole-source basis from OMNi Engineering Services, Inc. This procurement is critical as OMNi Engineering is the original equipment manufacturer (OEM) and the only authorized technicians capable of performing the required upgrades, ensuring the integrity and functionality of the system. Interested firms that believe they can meet the requirements are invited to submit a written response, including a capability statement, to the primary contact, Yvonne Stockwell, by email no later than five days after the publication of this notice. For eligibility, all interested parties must be registered in the System for Award Management (SAM) database, and further details can be found at www.gsa.gov/samupdate.
    SPRRA224R0088 MLRS SPARES
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is conducting market research to identify potential manufacturing and supply sources for a one-time procurement of specific items related to the Multiple Launch Rocket System (MLRS). The items sought include a Control Section, GUI, and two types of Test Sets, each with designated National Stock Numbers (NSNs) and part numbers, which require acquisition directly from the actual manufacturers due to the lack of available technical data for competitive solicitation. This procurement is critical for maintaining the operational readiness of military systems, and interested firms, including small and disadvantaged businesses, are encouraged to seek source approval to compete for future efforts. For inquiries, potential suppliers may contact Mari Bretz or Becky Brady via the provided email addresses, with the understanding that this sources sought synopsis does not constitute a formal solicitation and responses are voluntary.
    Pre-Award Synopsis - Dry Air Panels under N00024-21-G-5102
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA HQ), is seeking to procure dry air panels and related AEGIS combat system support equipment under delivery order N00024-25-F-5364, utilizing a non-competitive procurement process. This acquisition is critical as it requires specific production engineering expertise and extensive integration and testing capabilities, which only Lockheed Martin RMS possesses, given their prior experience with AWS MK7 and MK8 systems. Interested parties may submit a capability statement within 15 days of this notice, although this is not a request for competitive proposals, and all submissions will be at the submitter's expense. For further inquiries, potential respondents can contact Michael Peduto at michael.p.peduto2.civ@us.navy.mil.
    SPRRA224R0081 PATRIOT SPARES – LOCKHEED MARTIN SOLE SOURCE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for the procurement of components related to the Patriot Missile Systems, specifically under solicitation SPRRA224R0081. This opportunity is a sole-source contract with Lockheed Martin, necessitating compliance with unique military specifications and quality assurance processes for items such as power supplies and cable assemblies. The procurement is critical for maintaining ongoing defense capabilities, with specific requirements including minimum monthly orders and detailed delivery schedules over five annual periods. Interested contractors should reach out to Theresa Beshenich at theresa.beshenich@dla.mil or Becky Brady at becky.brady@dla.mil for further information regarding submission timelines and requirements.
    Joint Standoff Weapon (JSOW) Modification of N0001924F0164 FY24 Repair of Repairables
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to modify the Repair of Repairables (RoR) Delivery Order N0001924F0164 under Basic Ordering Agreement N00019-20-G-0007, specifically for the Joint Standoff Weapon (JSOW) program, with Raytheon Company located in Tucson, Arizona. This modification aims to procure essential services to support U.S. Navy RoR activities, as Raytheon is the sole designer, developer, and manufacturer of the JSOW, possessing the unique capabilities and technical data required for this procurement. The Government is pursuing this acquisition on a sole source basis, emphasizing the critical nature of the services provided by Raytheon, and interested parties may express their interest and capabilities, although no competitive proposals will be accepted. For further inquiries, interested parties can contact Elizabeth Scott at elizabeth.a.scott84.civ@us.navy.mil or Jennifer Vance at Jennifer.c.vance2.civ@us.navy.mil.
    16--COMPUTER,AIRCRAFT L
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to procure a sole source item identified as the COMPUTER, AIRCRAFT L, with NSN 7R-1680-016202561-BL, from TRANSAERO INC (CAGE: 27541). This procurement is critical as it involves the acquisition of a specialized component necessary for aircraft operations, and TRANSAERO INC is the Original Equipment Manufacturer (OEM) with exclusive rights to provide this part. The anticipated award date for this contract is December 2024, and interested parties may submit their capabilities and qualifications to Sarah F. Pfeil at Sarah.Pfeil@navy.mil within 45 days of this notice, although the procurement will not be delayed for new source approvals.