Joint Standoff Weapon (JSOW) FY24 Repair of Repairables
ID: N00019-24-RFPREQ-WPM201-0030Type: Presolicitation
AwardedAug 30, 2024
$867K$867,043
AwardeeRAYTHEON COMPANY Tucson AZ 85756 USA
Award #:N0001920G0007
Overview

Buyer

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

PSC

GUIDED MISSILES (1410)
Timeline
    Description

    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE NAVY, and NAVAL AIR SYSTEMS COMMAND for the repair of Joint Standoff Weapon (JSOW) FY24 Repair of Repairables. The notice states that Raytheon Missile & Defense (RAY) in Tucson, AZ will be awarded a sole source Delivery Order to provide engineering and technical support for the investigation, analysis, study, and resolution of technical issues related to the repair of eight JSOW C-1 AIP All-Up-Rounds (AURs), with an option to repair ten additional missiles. The notice emphasizes that this is not a request for competitive proposals and that Raytheon is the sole designer, developer, and manufacturer of the JSOW, making them the only company with the necessary knowledge, production tooling, facilities, and technical data to meet the requirement. The notice also mentions the possibility of subcontracting opportunities with Raytheon Missile & Defense.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    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.
    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.
    59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure repair services for 18 units of Circuit Card Assembly under a sole-source contract with Raytheon Company. The procurement involves the repair and modification of the circuit cards, identified by part number 7017826-005, which are critical components in various defense systems. The government intends to negotiate this contract based on the determination that it is uneconomical to acquire the necessary data or rights to source these repairs from alternative suppliers. Interested parties may express their interest and capabilities to the primary contact, Leo Dougherty, at (717) 605-4614 or via email at LEO.DOUGHERTY@NAVY.MIL, with proposals due within 45 days of the notice publication.
    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.
    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.
    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.
    Alpha VI - Inc 3 add Sole Source Raytheon
    Dept Of Defense
    The Defense Logistics Agency (DLA) is issuing a solicitation for a sole-source contract to Raytheon Company for the addition of parts to the existing Subsumable Contract SPRRA2-25-D-0016, which falls under the Alpha 6 Long-Term Contract Umbrella. This procurement involves seven National Stock Numbers (NSNs) that will support the Patriot Missile and other defense systems, emphasizing the critical nature of these components for military operations. The contract is governed by the basic terms and conditions of the umbrella contract, and interested parties can reach out to Jackson Cannon at jackson.cannon@dla.mil or David Bennett at david.b.bennett@dla.mil for further information. The solicitation is issued under the authority of 10 U.S.C. 2304 (c)(1) and FAR 6.302-1, indicating that only Raytheon can fulfill these specific requirements.
    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.
    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.
    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.