AIM-9X Systems Improvement Program FOIVE Contract
ID: N00019-25-RFPREQ-WPM259-0135-0Type: 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

NATIONAL DEFENSE R&D SVCS; ATOMIC ENERGY DEFENSE ACTIVITIES; R&D FACILITIES & MAJ EQUIP (AC25)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    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.
    Joint Standoff Weapon (JSOW) United States Navy (USN) FY26 Repair of Repairables
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to negotiate a sole source Delivery Order with Raytheon Company for engineering and technical support related to the repair of twelve Joint Standoff Weapon (JSOW) C-1 Aerial Improvement Program All-Up-Rounds (AURs). The objective of this procurement is to investigate, analyze, study, and resolve technical issues associated with these weapons, which are critical for precision strike capabilities in military operations. As the sole designer and manufacturer of the JSOW, Raytheon possesses the unique knowledge and resources necessary to fulfill this requirement. Interested parties may express their interest and capabilities to the primary contact, Elizabeth Scott, at elizabeth.a.scott84.civ@us.navy.mil, or the secondary contact, Lauren Ivancik, at lauren.m.ivancik.civ@us.navy.mil, although the government will not pay for any responses received.
    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.
    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.
    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.
    Synopsis for Solicitation N0038326QD053
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking proposals for the repair of specific radar and inertial measurement units in support of the United Kingdom under a Foreign Military Sales (FMS) requirement. The procurement involves the repair of two units of NIIN 016482622, known as the Radar Data Center, and one unit of NIIN 016320381, referred to as the Inertial Measurement Unit (IMU). These items are critical for flight operations, and currently, Raytheon Company is the only known source with the full repair capabilities required; however, other responsible sources are encouraged to submit capability statements or proposals for consideration. Interested parties must contact Shannon K. Fitzgerald at 215-697-3638 or via email at Shannon.K.Fitzgerald3.CIV@us.navy.mil for further details, and must adhere to the source approval process outlined in the U.S. Navy Aviation Supply Office Source Approval Information Brochure to be eligible for contract award.
    Patriot Spares; Sole Source to Raytheon
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals from Raytheon Company for specific spare parts related to the Patriot missile system. The procurement aims to secure pricing for parts that are not currently covered under an existing contract, necessitating a detailed proposal that includes cost data, subcontractor information, and compliance with various regulations. These parts are critical for maintaining and upgrading defense systems, particularly for operations involving the United Arab Emirates. Interested parties should note that the proposal closing date has been extended to February 6, 2026, at 4:00 PM CST, and must direct inquiries to Kimberly S. Thomas or Anna Phillips via their provided email addresses.
    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.
    Synopsis for ATFLIR FMS BOA
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is seeking proposals for the repair of 69 repair Contract Line Item Numbers (CLINs) associated with the F-18 aircraft system under a Foreign Military Sales (FMS) requirement. The primary source for these repairs is Raytheon Company, located in McKinney, Texas, which possesses the necessary capabilities; however, all responsible sources are encouraged to submit capability statements, proposals, or quotations for consideration. The items in question are flight critical, requiring government source approval prior to contract award, and interested vendors must provide detailed technical data as outlined in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. For inquiries, interested parties can contact Shannon K. Fitzgerald at (215) 697-3638 or via email at Shannon.K.Fitzgerald3.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.