Tomahawk Capacity Improvement – Legacy Hardware-in-the-Loop (HWIL) Sustainment
ID: N0001924F0171U00004Type: 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 negotiate a sole-source modification to Delivery Order N0001924F0171 with Raytheon Company for the Tomahawk Capacity Improvement project. This procurement aims to expand the annual production and recertification capacity for the Tactical Tomahawk (TACTOM) Block V All-Up-Round (AUR), which includes systems integration and testing to sustain the Legacy Hardware-in-the-Loop (HWIL) test environments necessary for software development and acceptance testing. The Tomahawk Missile System is critical for the United States Navy and Foreign Military Sales, with Raytheon being the sole manufacturer and holder of the necessary technical data and manufacturing documentation. The anticipated period of performance is 17 months, starting in December 2024, and interested parties can submit capability statements to Alicia Buckner at alicia.s.buckner.civ@us.navy.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    Fiscal Year (FY) 2025 Parts Procurement in Support of the GQM-163A Coyote Supersonic Sea-Skimming Targets (SSST) System
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to procure parts for the GQM-163A Coyote Supersonic Sea-Skimming Targets (SSST) System for Fiscal Year 2025. This procurement will be conducted as a sole source negotiation with Northrop Grumman Systems Corporation (NGSC), the sole designer and manufacturer of the GQM-163A, which is critical for weapon system test and evaluation. The anticipated contract award is expected in the fourth quarter of FY 2025, with delivery completion projected approximately 18 months post-award. Interested parties may submit capability statements to Whitney Hyers at whitney.c.hyers.civ@us.navy.mil, but this notice does not constitute a request for competitive proposals.
    Justification and Approval (J&A) for adding Contractor Logistics Support (CLS) to the Fair Share Sustainment Operation (FSSO), contract.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to modify an existing contract with Raytheon Technologies to provide Contractor Logistics Support (CLS) for the HAWK Missile System. This modification, justified as a Sole Source Justification and Approval (J&A), aims to enhance support services by adding Subject Matter Experts (SMEs) to assist the United States Government in Management, Logistics, Engineering (MLE) services, and material supply. The HAWK Missile System, which has not been in the US Army inventory for 25 years, requires specialized support to maintain operational efficiency, and Raytheon Technologies is currently the only viable provider due to their unique expertise. The contract modification is set to commence on September 30, 2024, and extend until May 28, 2027, with funding sourced from Foreign Military Sales (FMS). Interested parties can reach out to Micheal Weaver at micheal.e.weaver.civ@army.mil or Dewayne Kendricks at dewayne.kendricks.civ@army.mil for further information.
    H1 Turret System Test Console Maintenance, Repair, & Calibration 5-Year Basic Ordering Agreement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking to establish a 5-Year Basic Ordering Agreement for the maintenance, repair, and calibration of Turret System Test Consoles (TSTCs) used in support of the Marine Corps AH-1Z aircraft. The procurement is intended to be a Sole Source, Fixed Price contract with Texas Management Associates, Inc. (TMA), the sole developer and manufacturer of the TSTC, as they possess the unique technical expertise and data necessary for these services. This opportunity is critical for ensuring the operational readiness and reliability of the TSTCs, which are essential for the performance of the AH-1Z aircraft. Interested parties may contact Tammy Fossa at tamara.d.fossa.civ@us.navy.mil for further information; however, this notice is not a request for competitive proposals, and the Government will not pay for any responses received.
    GQM-163A Aerial Target Operation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking qualified contractors for the GQM-163A Aerial Target Operation, focusing on trajectory development and operational support for aerial target systems. The procurement aims to ensure adequate support for U.S. Navy weapons systems testing and evaluation, including Foreign Military Sales testing activities. This contract is critical for maintaining the operational readiness and effectiveness of naval weapon systems, with a contemplated award of a Cost Plus Fixed-Fee, Indefinite Delivery Indefinite Quantity contract over a five-year period. Interested firms must submit their capability statements by November 12, 2024, to the designated contacts, Candice Gonzalez and Katy J. White, via the provided email addresses.
    CY2025 F135 COMPONENT IMPROVEMENT PROGRAM
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE, DEPT OF THE NAVY is planning to procure services for the CY2025 F135 COMPONENT IMPROVEMENT PROGRAM. This program aims to provide engineering support for in-service engines of the F-35 Lightning II aircraft. The services will include maintaining flight safety, correcting deficiencies, improving operational readiness, reliability, maintainability, and affordability, as well as testing engines and components. The procurement will be awarded to Raytheon Technologies Corporation, Pratt and Whitney Military Engines on a sole source basis. The order is expected to be awarded by the end of the first quarter of fiscal year 2025 and will support the F-35 U.S. Services, Cooperative Program Partners, and Foreign Military Sales Customers. This notice of intent is not a solicitation, but all responsible sources may submit a capability statement, proposal, or quotation for consideration by the U.S. Government. For subcontracting opportunities, interested parties can contact Raytheon Technologies Corporation, Pratt and Whitney Military Engines.
    BLOCK 3 TOWED ARRAY
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Pearl Harbor), is soliciting offers for the procurement of BLOCK 3 TOWED ARRAY components, specifically under solicitation number SPMYM425Q0041. This Request for Quotation (RFQ) outlines the need for various types of towed array tiles, detailing specifications, quantities, and National Stock Numbers (NSNs), while emphasizing compliance with government regulations and standards, including registration in the System for Award Management (SAM). The procurement is crucial for military operations, ensuring the availability of essential marine equipment, and is set aside for small businesses, including service-disabled veteran-owned and women-owned enterprises. Interested suppliers must submit their offers by October 29, 2024, and can direct inquiries to Claude Crawford at claude.crawford@navy.mil or by phone at 808-473-8000 ext. 6396.
    LifeTime Buy TOW Missile System
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting a Lifetime Buy (LTB) procurement for seven obsolete electronic components essential for the Tube-Launched, Optically Tracked, Wireless-Guided (TOW) Missile System. This one-time purchase aims to support the production of 13,000 TOW 2B Missiles by procuring discontinued parts that will be added to the existing DLA-Raytheon Depot Level Repairable contract. The components include various microcircuits and digital signal processors, which are critical for the missile's functionality. Interested vendors should contact Kereen Johnston at kereen.johnston@dla.mil or J. Adam Henson at Jeffrey.Henson@dla.mil for further details regarding the procurement process.
    Patriot Spares; Sole Source to Raytheon
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is seeking to acquire spare parts for the Patriot Missile System, specifically through a sole source procurement to Raytheon. This acquisition will support the Integrated Fires Mission Command (IFMC) Project under an existing indefinite delivery requirements contract, and is restricted to Raytheon due to the unique nature of the required parts, which cannot be competitively sourced. Interested contractors must meet prequalification requirements and are encouraged to seek source approval for future solicitations. For inquiries, potential offerors can contact Kelsey Brown at kelsey.e.brown@dla.mil or Anna Phillips at anna.phillips@dla.mil, with the solicitation request subject line specified as SPRRA2-25-R-0015.
    V-22 FLIGHT TEST SUPPORT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, is seeking to negotiate a Delivery Order under Basic Ordering Agreement N0001922G0002 for V-22 flight test support. The contractor will provide essential supplies and services for the ongoing V-22 flight test program, including Research, Development, Test and Evaluation, and Foreign Military Sales testing, primarily at Naval Air Station Patuxent River and Hurlburt Air Force Base. This procurement is critical as it supports the operational capabilities of the V-22 Tiltrotor aircraft, with the contract expected to be awarded in January 2026 for a five-year term, including one base year and four option years. Interested parties may submit capability statements to the primary contact, Karamie L. Platt, at karamie.l.platt.civ@us.navy.mil, within fifteen days of the publication of this notice.
    PATRIOT Missile & RTX Technologies, Inc. Systems & Production Support IDIQ
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land at Aberdeen, is preparing to issue a Request for Proposal (RFP) for a long-term Indefinite Delivery, Indefinite Quantity (IDIQ) contract for systems and production support related to the PATRIOT Missile, specifically targeting RTX Corporation as the sole source provider. This contract, anticipated to span twenty years with a maximum value of $50 billion, will cover Depot Level Repairable (DLR) consumable items, including hardware, software, and various logistics and maintenance services essential for the support of RTX systems. The contract is expected to be awarded no later than March 25, 2025, with pricing established through individual subsumable contracts, and interested parties can direct inquiries to Johnna Bursk or Marley Joyner via their provided emails.